1
Embassy of the United States of America
Athens, Greece
April 18, 2013
Dear Prospective Quoter:
SUBJECT: Solicitation Number SGR100-13-Q-0012
The U.S. Government is interested in entering into an agreement for vehicle repair and maintenance
services for U.S. Government-owned official vehicles, by utilizing the facilities available in the American
Embassy compound, 91Vas. Sofias Avenue, Athens, or at the offeror’s facilities, if needed.
Your quotation must be submitted electronically by email with the subject line "Quotation SGR100-13-
Q-0012 Enclosed" to [email protected] on or before 12:00 noon (Athens Time) on May 18, 2013.
You may also elect to submit your quotation in hard copy marked for the attention of the ―Contracting
Officer – Quotation SGR100-13-Q-0012 Enclosed‖, which may be delivered to the Embassy Gate on
Doryleou Street, on or before 12:00 noon (Athens Time) on May 18, 2013. No quotation will be
accepted after the cut-off date and time.
The U.S. Government intends to sign up an agreement with the responsible company(ies) submitting an
acceptable quotation at the lowest price. We intend to sign an agreement(s) based on initial quotations,
without holding discussions, although we may hold discussions with companies in the competitive range
if there is a need to do so.
In order for a quotation to be considered, you must also complete and submit the following:
1. Paragraph 17 – Cost and Payment
2. Experience and Past performance - List of clients, address and telephone numbers your
company has serviced over the past two years for the same services.
Please direct any questions in writing to the attention of Ms. Kelly Georgopoulou. Questions must be
written in English, and may be sent to fax number 210-722-7255 or email ([email protected])
by 15.00 hours local time, on April 29, 2013.
Sincerely,
Sergey Olhovsky
Contracting Officer
Enclosure
2
ORDER FOR SUPPLIES OR SERVICES PAGE OF PAGES
IMPORTANT: Mark all packages and papers with contract and/or order numbers. 1 15
1. DATE OF ORDER 2. CONTRACT NO. (If any) 6. SHIP TO:
a. NAME OF CONSIGNEE 3. ORDER NO. 4. REQUISITION/REFERENCE NO.
PR b. STREET ADDRESS
c. CITY d. STATE e. ZIP CODE
7. TO: f. SHIP VIA a. NAME OF CONTRACTOR
8. TYPE OF ORDER b. COMPANY NAME [ ] a. PURCHASE [ ] b. DELIVERY -- Except
REF YOUR: ________________ for billing instructions on the reverse, this c. STREET ADDRESS Please furnish the following on
the terms delivery order is subject to instructions And conditions specified on both
sides of contained on this side only of this form d. CITY e. STATE f. ZIP CODE This order and on the attached
sheet, if and is issued subject to the terms and Any, including delivery as
indicated. conditions of the above-numbered contract. 9. ACCOUNTING AND APPROPRIATION DATA
Funds will be obligated at the time an order is placed. 10. REQUISITIONING OFFICE
11. BUSINESS CLASSIFICATION (Check appropriate box(es)) a. SMALL b. OTHER THAN SMALL c. DISADVANTAGED d. WOMEN-OWNED
12. F.O.B. POINT Destination
14. GOVERNMENT B/L NO.
15. DELIVER TO F.O.B. POINT ON OR BEFORE (Date)
16. DISCOUNT TERMS
13. PLACE OF N/A Indefinite Net 30
a. INSPECTION See Block 6
b. ACCEPTANCE See Block 6
17. SCHEDULE (See reverse for Rejections)
ITEM NO.
(a)
SUPPLIES OR SERVICES
(b)
QUANTITY
ORDERED (c)
UNIT (d)
UNIT PRICE
(e)
AMOUNT
(f)
QUANTITY ACCEPTED
(g) Blanket Purchase Agreement for vehicle repair and
maintenance services See attached terms and conditions and FAR/DOSAR Clauses
18. SHIPPING POINT
19. GROSS SHIPPING WEIGHT
20. INVOICE NO.
17(h) TOT.
SEE 21. MAIL INVOICE TO: (Cont. BILLING a. NAME pages)
INSTRUCTIONS
ON b. STREET ADDRESS (or P.O. Box) REVERSE 17(i)
c. CITY d. STATE e. ZIP CODE GRAND TOTAL
22. UNITED STATES OF AMERICA BY (Signature)
23. NAME (Typed) Jami Papa TITLE: CONTRACTING/ORDERING OFFICER
AUTHORIZED FOR LOCAL REPRODUCTION OPTIONAL FORM 347 (REV. 6/95)
3
1. BPA Number SGR100-13-Q-0012
The American Embassy Athens, Greece invites you to enter into this BPA that establishes the terms and
conditions applicable to future purchases of:
Vehicle repair and maintenance services for all U.S. Government-owned official vehicles, for the
U.S. Embassy Athens, 91 Vas. Sofias Avenue, 101 60 Athens, Greece, in accordance with the
specifications and the Attachments/Exhibits contained in this solicitation.
Make & Model - U.S. and European type of vehicles
2. Expiration Date:
BPA expires on May 31, 2014.
3. Embassy Estimate:
The Embassy estimates that the volume of purchases through this agreement will be Euros 80,000.
4. Terms and Conditions:
The Embassy is not obligated to purchase any definite amount under this agreement.
No single purchase will exceed USD 3,000 or the equivalent in local currency.
The total amount ordered under this agreement will not exceed $150,000 or the equivalent in
local currency.
The prices to the Government shall be as low or lower than those charged your most favored
customers for comparable quantities under similar terms and conditions, in addition to any
discount for prompt payment.
5. BPA Administrator
To be provided upon award.
6. Authorized Employees
The following employees are authorized to place orders:
Name Job Title Dollar Limitation
(To be provided upon award)
No other employee may place an order against this BPA unless authorized in writing by the contracting
officer.
4
7. Work Requirements.
7.1 General. The Vendor shall provide vehicle repair services for the U.S. Embassy Athens,
Greece, as per Attachment 1, Schedule and Cost of Services.
7.2 The Vendor shall furnish all managerial, administrative and direct labor personnel to accomplish all
work as required in this Agreement. Specific services are described in detail below.
7.3. Personnel. The Vendor shall provide a qualified work force capable of providing the services
specified herein.
8. Definitions
"Agreement Officer" means a person duly appointed with the authority to enter in and administer
contracts on the behalf of the Government.
"Government" means the Government of the United States of America.
"Daily" means 5 days per week, on each non-holiday workday.
"Official vehicles" means all vehicles owned by the Government which are used by various Agencies for
official purposes.
9. Specifications.
9.1 The Vendor will carry out all services provided by this BPA by utilizing the facilities available in the
U.S. Embassy, 91 Queen Sophia Avenue, Athens, Greece or at his facilities.
9.2 The Vendor undertakes the responsibility of providing the above services, on the basis of written
authorizations on a BPA call order, as the need arises.
10. Management and Supervision.
10.1 Management. The Vendor shall be responsible for the management of the total vehicle repair
services effort. This includes the planning and programming of all services described herein, performance
of these services, and compliance with all record and reporting requirements.
10.2 Schedule. The schedule of proposed services shall be maintained by the Vendor. Standard Services
shall be delivered between the hours of 08:30 AM and 17:00 PM, daily, Monday through Friday. The
schedule shall take into consideration the hours that the staff can effectively perform their services
without placing a burden on the security personnel of the Embassy.
5
11. Delivery Schedule
The following items shall be delivered under this Agreement.
Description Quantity Delivery Date Deliver To:
Insurance 1 5 days after award Contracting Officer
List of Personnel 1 5 days after award Contracting Officer
12. Security
After award, the Vendor shall provide the following list of data on each employee who will be working
under the Agreement. The Vendor shall include a list of workers and supervisors assigned to this project.
The Government will run background checks on these individuals. It is anticipated that security checks
will take 10 to 15 days to perform. For each individual the list shall include:
Complete application form provided by the Embassy
Copy of ID card
Passport
Resident’s Permit and Working Permit (for foreigners)
Greek Social Security Medical Book
Merchant Marine Seaman’s book (if applicable)
Penal record of type A
Discharge papers (Greek Military service)
Pay Book (Greek Armed Forces)
The Government shall issue identity cards to Vendor personnel, after they are approved. Vendor
personnel shall display identity card(s) on the uniform at all times while providing services under this
BPA. These identity cards are the property of the US Government. The Vendor is responsible for their
return at the end of the BPA, when an employee leaves Vendor service, or at the request of the
Government. The Government reserves the right to deny access to U.S.-owned and U.S.-operated
facilities to any individual.
13. Government Furnished Property/Equipment
13.1 The Vendor has the option to reject any or all Government furnished property or items (see
Attachment 3 - GOVERNMENT FURNISHED PROPERTY). However, if rejected, the Vendor shall
provide all necessary property, equipment or items, adequate in quantity and suitable for the intended
purpose, to perform all work and provide all services at no additional cost to the Government. All
Government furnished property or items are provided in an "as is" condition and shall be used only in
connection with performance under this BPA. The Vendor is responsible for the proper care,
maintenance and use of Government property in its possession or control from time of receipt until
properly relieved of responsibility in accordance with the terms of the BPA. The Vendor shall pay all
costs for repair or replacement of Government furnished property that is damaged or destroyed due to
Vendor negligence.
13.2 The Vendor shall maintain written records of work performed, and report the need for major
repair, replacement and other capital rehabilitation work for Government property in its control.
13.3 The Vendor shall physically inventory all Government property in its possession. Physical
inventories consist of sighting, tagging or marking, describing, recording, reporting and reconciling the
6
property with written records. The Vendor shall conduct these physical inventories periodically, as
directed by the BPA Administrator, and at termination or completion of the BPA.
14. Standard of Conduct.
14.1 Uniforms and Personal Equipment. The Vendor's employees shall wear clean, neat and complete
uniforms when on duty. All employees shall wear uniforms approved by the BPA Administrator.
14.2 Neglect of duties shall not be condoned. The Vendor shall enforce no sleeping while on duty,
unreasonable delays or failures to carry out assigned tasks, conducting personal affairs during duty hours
and refusing to render assistance or cooperate in upholding the integrity of the worksite security.
14.3 Disorderly conduct, use of abusive or offensive language, quarreling, intimidation by words,
actions, or fighting shall not be condoned. Also included is participation in disruptive activities, which
interfere with normal and efficient Government operations.
14.3 Intoxicants and Narcotics. The Vendor shall not allow its employees while on duty to possess,
sell, consume, or be under the influence of intoxicants, drugs or substances that produce similar effects.
14.4 Criminal Actions. Vendor employees may be subject to criminal actions as allowed by law in
certain circumstances. These include but are not limited to the following actions:
-falsification or unlawful concealment, removal, mutilation, or destruction of any official documents or
records or concealment of material facts by willful omission from official documents or records;
-unauthorized use of Government property, theft, vandalism, or immoral conduct;
-unethical or improper use of official authority or credentials;
-security violations; or,
-organizing or participating in gambling in any form.
14.5 Key Control. The Vendor shall receive secure, issue and account for any keys issued for access to
buildings, offices, equipment, gates, etc., for the purposes of this BPA. The Vendor shall not duplicate
keys without the BPA Administrator’s approval. Where it is determined that the Vendor or its agents
have duplicated a key without permission of the BPA Administrator, the Vendor shall remove the
individual(s) responsible from this BPA. If the Vendor has lost any such keys, the Vendor shall
immediately notify the BPA Administrator. In either event, the Vendor shall reimburse the Government
for the cost of rekeying that portion of the system.
15. Insurance
The Vendor is required to provide whatever insurance is legally necessary. The Vendor shall, at its own
expense, provide and maintain during the entire performance period the following insurance amounts:
General Liability (includes premises/operations, collapse hazard, products, completed operations,
contractual, independent Vendors, broad form property damage, personal injury)
Bodily Injury and Property Damage on or off the site stated in Euros:
Per Occurrence € 17,608
Cumulative € 44,020
The types and amounts of insurance are the minimums required. The Vendor shall obtain any other types
of insurance required by local law or that are ordinarily or customarily obtained in the location of the ork.
7
The limit of such insurance shall be as provided by law or sufficient to meet normal and customary
claims.
The Vendor agrees that the Government shall not be responsible for personal injuries or for
damages to:
any property of the Vendor,
its officers,
agents,
servants,
employees, or
any other person,
arising from and incident to the Vendor's performance of this BPA. The Vendor shall hold
harmless and indemnify the Government from any and all claims arising, except in the instance
of gross negligence on the part of the Government.
The Vendor shall obtain adequate insurance for damage to, or theft of, materials and equipment in
insurance coverage for loose transit to the site or in storage on or off the site.
16. Laws and Regulations
16.1 Without additional expense to the Government, the Vendor shall comply with all laws, codes,
ordinances, and regulations required to perform this work. In the event of a conflict among the BPA and
requirements of local law, the Vendor shall promptly advise the Contracting Officer of the conflict and of
the Vendor's proposed course of action for resolution by the Contracting Officer.
16.2 The Vendor shall comply with all local labor laws, regulations, customs and practices pertaining to
labor, safety, and similar matters, to the extent that such compliance is not inconsistent with the
requirements of this BPA.
17. Cost and payment
17.1 The Vendor will be paid according to the Attachment 1 - Schedule and Cost of Services.
17.2 The prices listed in Attachment 1, include all cost for labor and social security contributions
incidental to the work to be carried out by the Vendor.
18. Invoices
The BPA holder shall submit an invoice after completion of each work. The invoice shall identify the
BPA call order covered therein, stating the total cost, and supported by recent copies of the delivery
tickets.
Materials including spare parts will be reimbursed at the purchase price for all non-expendable items and
expendable supplies related to the performance of the services under this BPA. The price to be paid for
material shall be based on an established catalog or list price in effect when the material is furnished, less
all applicable discounts. In no event shall the price exceed the Vendor’s sale price to its most-favored
customer for the same item in like quantity, or the current market price, whichever is lower.
8
Each invoice shall include the following information:
1. Vendor's name and mailing address.
2. Invoice date.
3. BPA number.
4. Delivery Order Number/Description of services provided during the time period involved.
5. Quantities of items delivered (if applicable).
6. Unit prices, if any, and total invoice price.
7. Name, signature, title, and telephone number of the Vendor's officer who certified the invoice.
9. Receipts to support the purchased material/spare parts.
If any of the services do not conform with agreement requirements, the Government may require the
Vendor to perform the service again at no extra cost.
The U.S. Government is exempt from the payment of Value Added Tax (VAT) by virtue of Law No.
1642/86, Article 22. If no VAT exemption is granted by the Ministry of Foreign Affairs, then the U.S.
Government is obliged to pay the applicable VAT.
19. FAR and DOSAR Clauses:
The FAR and DOSAR clauses attached to this BPA shall apply to all purchases made under this BPA. In
the event of an inconsistency between the provisions of this BPA and your invoice, the provisions of the
BPA shall take precedence.
9
LIST OF ATTACHMENTS
Attachment 1 – Schedule and Cost of Services
Attachment 2- Exhibit A-Vehicle Maintenance/Repair Work Order
Attachment 3- Government Furnished Property
10
Attachment 1
Schedule and Cost of Services
EST
PASSENGER
CARS
L. TRUCK &
VANS
CODE DESCRIPTION 4
CYL
6
CYL
8
CYL
4
CYL
6
CYL
8C
YL
IGNITION SYSTEM
A - 1 SPARK PLUGS RENEW
A - 2 IGNITION TIMING SET
A - 3 DISTRIBUTOR RENEW
A - 4 DISTRIBUTOR R&R AND RECONDITION
A - 5 ESC MODULE RENEW
A - 6 ESC KNOCK SENSOR RENEW
A - 7 DISTRIBUTOR CAP AND/OR ROTOR RENEW
A - 8 IGNITION COIL RENEW
A - 9 DISTRIBUTOR MODULE RENEW
A - 10
DISTRIBUTOR CAPACITOR OR MODULE WIRING
HARNESS RENEW
A - 11
DISTRIBUTOR PICK-UP COIL AND/OR POLE PLECE
RENEW
A - 12 IGNITION CABLES RENEW
A - 13 IGNITION SWITCH RENEW
A - 14 IGNITION KAY WARNING SWITCH RENEW
A - 15 VACUUM CONTROL UNIT RENEW
A - 16 TRANSISTORISED IGNITION CONT. UNIT RENEW
A - 17 ARMATURE & PICKUP ASSEMBLY RENEW
A - 18 IGNITION POINTS RENEW
A - 19 SPARK PLUG WIRES RENEW
DISTRIBUTORLESS IGNITION SYSTEM
AA - 1 CRANKSHAFT SENSOR RENEW
AA - 2 CAMSHAFT SENSOR RENEW
AA - 3 IGNITION COIL AND/OR MODULE RENEW
AA - 4 CAMSHAFT INTERRUPTER RENEW
AA - 5 SPEED SENSOR RENEW
11
FUEL SYSTEM
B - 1 FUEL PUMP TEST
B - 2 CAEBURATOR AIR CLEANER RENEW
B - 3 CARBURATOR ADJUSTMENT
B - 4 THER.CHOKE COVER OR GASKET RENEW
B - 5 CHOKE VACUUM CONTROL SWITCH RENEW
B - 6 AUT.CHOKE VACUUM DIAPH.RENEW
B - 7 CARBURATOR FUEL FILTER RENEW
B - 8 ELECTRIC CHOKE RELAY RENEW
B - 9 IDLE STOP SELENOID RENEW
B - 10 CARBURATOR RENEW
B - 11 CARBURATOR R&R AND RECONDITION
B - 12 EFE HEATER (INSULATOR) RENEW
B - 13 WATER IN FUEL DEDECTOR RENEW
B - 14 FUEL TANK RENEW
B - 15 FUEL SENDING UNIT RENEW (TANK)
B - 16 FUEL GAGE (DASH) RENEW
B - 17 INTAKE PLENUM RENEW
B - 18 INTAKE RUNNERS RENEW
B - 19 INTAKE MANIFOLD GASKET RENEW
B - 20 FUEL PUMP RENEW (IN GAS TANK)
B - 21 FUEL PUMP RENEW
B - 22 FUEL LINE RENEW (METALIC)
B - 23 FUEL LINE RENEW (RUBER)
B - 24 ACCELARATOR CABLE RENEW
FUEL INJECTION SYSTEM
BB - 1 FUEL FILTER ELEMENT RENEW
BB - 2 AIR CLEANER ELEMENT RENEW
BB - 3 FUEL PRESSURE REGULATOR RENEW
BB - 4 FUEL PUMP RENEW (IN TANK)
BB - 5 FUEL PUMP RELAY RENEW
BB - 6 MINIMUM IDLE SPEED ADJUST
BB - 7 COLD START INJECTOR RENEW
BB - 8 FUEL INJECTORS RENEW
BB - 9 FUEL INJECTORS CLEANING
12
BB - 10 THROTTLE BODY AND/OR GASKET RENEW
BB - 11 IDLE AIR CONTROL VALVE RENEW
BB - 12 THROTTLE BODY FUEL METER ASSY.RENEW
BB - 13 THERMO START SWITCH RENEW
BB - 14 FUEL RAIL RENEW
BB - 15 MASS AIR SENSOR RENEW
BB - 16 WARM UP REGULATOR RENEW
BB - 17 ALL GASOLINE HOOSES RENEW
BB - 18 ELECTRONIC CONTROL UNIT RENEW
BB - 19 AIR FLOW METER OR SENSOR RENEW
BB - 20 COOLANT TEMPERATURE SENSOR RENEW
BB - 21 AIR INTAKE PIPE OR GASKET RENEW
BB - 24 AUXILLARY AIR VALVE RENEW
BB - 25 INTAKE MANIFOLD AND/OR GASKET RENEW
BB - 26 IDLE MIXTURE ADJUSTMENT
BB - 27 FUEL PUMP RENEW
BB - 28 FUEL PUMP PRESSURE TEST
BB - 29 ACCELERATOR CABLE RENEW
BB - 30 FUEL TANK REMOVE CLEAN REINSTALL
BB - 31 TURBO ASSEMBLY REBUILT
BB - 32 TURBO OIL AND/OR WATER LINE RENEW
BB - 33 FUEL TANK REMOVE CLEAN REINSTALL
EMISSION CONTROL
C - 1 POSETIVE CRANKCASE VENT VALVE RENEW
C - 2 CRANKCASE VENT. FILTER ASSY.RENEW
C - 3 CHARCOAL CANISTER RENEW
C - 4 FUEL TANK PRESS.CONTROL VALVE RENEW
C - 5 AIR CLEANER VACUUM MOTOR RENEW
C - 6 AIR CLEANER TEMP.SENSOR RENEW
C - 7 EGR VALVE RENEW
C - 8 EGR/EFE THERM.VACUUM SWITCH RENEW
C - 9 EGR VACUUM DELAY VALVE RENEW
13
C - 10 AIR PUMP RENEW
C - 11 AIR PUMP DRIVE BELT RENEW
C - 12 A.I.R CENTRIFUGAL FILTER RENEW
C - 13 A.I.R AIR CLEANER RENEW
C - 14 DECELARATION VALVE RENEW
C - 15 A.I.R CHECK VALVE RENEW
C - 16 AIR MANIFOLD PIPE RENEW
C - 17 CATALYTIC CONVERTER AIR PIPE RENEW
C - 18 CATALYTIC CONVERTER RENEW
C - 19 EGR CHECK VALVE RENEW
C - 20 EGR SWITCHING VALVE RENEW
C - 21 ANTI-BACKFIRE VALVE RENEW
C - 22 BOOSTER BLOW-OFF VALVE RENEW
C - 23 EGR REACTOR RENEW (FRONT)
C - 24 EGR REACTOR RENEW (REAR)
C - 25 CYCLONE EXHAUST FILTER RENEW
COMPUTER COMMAND CONTROL
SYSTEM (C.C.C)
CC - 1 ELECTRONIC CONTROL MODULE RENEW
CC - 2 MIXTURE CONTROL SELENOID RENEW
CC - 3 PROM RENEW
CC - 4 THROTTLE POSITION SENSOR RENEW
CC - 5 EGR/EFE PURGE SELENOID RENEW
CC - 6 BAROMETRIC SENSOR RENEW
CC - 7 IDLE SPEED CONTROL MOTOR RENEW
CC - 8 IDLE LOAD COMPENSATOR RENEW
CC - 9 METERING VALUE SENSOR RENEW
CC - 10 COOLANT TEMPERATURE SENSOR RENEW
CC - 11 MANIFOLD ABSOLUTE PRESS. SENSOR RENEW
CC - 12 OXYGEN SENSOR RENEW
CC - 13 THROTTLE POSITION SENSOR RENEW
CC - 14 VEHICLE SPEED SENSOR RENEW
CC - 15 AIR CONTROL VALVE RENEW
CC - 16 AIR CONTROL/AIR SWITCHING VALVE RENEW
CC - 17 CANISTER PURGE CONT.VALVE RENEW
14
CC - 18 MANIFOLD TEMP.SENSOR RENEW
CC - 19 CALPAC RENEW
CC - 20 VACUUM CONT.PURGE SELENOID RENEW
CC - 21 EFE/EGR RELAY RENEW
CC - 22 EGR VACUUM CONT.SELENOID RENEW
CC - 23 EFE VACUUM CONT.SELENOID RENEW
CC - 24 TACHOMETER FILTER RENEW
CC - 25 BACK-UP LAMP AND PARK/NEUTRAL SW.RENEW
ALTERNATOR & REGULATOR
D - 1 ALTERNATOR CIRCUITS TEST
D - 2 ALTERNATOR DRIVE BELT RENEW
D - 3 ALTERNATOR ASSEMBLY RENEW
D - 4 ALTERNATOR R&R AND RECONDITION
D - 5 VOLTAGE REGULATOR RENEW
D - 6 VOLTMETER RENEW
D - 7 ALTERNATOR DRIVE BELT ADJUSTMENT
D - 8 DUAL BATTERY CHARGING UNIT RENEW
D - 9 BELT TENSIONER RENEW
D - 10 SERPANTINE BELT RENEW
STARTING SYSTEM
E - 1 STARTER DRAW TEST
E - 2 STARTER RENEW
E - 3 STARTER R&R AND RECONDITION
E - 4 NEUTRAL START SWITCH RENEW
E - 5 IGNITION SWITCH RENEW
E - 6 BATTERY CABLE RENEW (POSITIVE)
E - 7 BATTERY CABLE RENEW (NEGATIVE)
E - 8 BATTERY CHARGE
E - 9 BATTERY FILL CHARGE AND INSTALL
E - 10 SELONOID RENEW
BRAKE SYSTEM
F - 1 BRAKES INSPECTION
F - 2 BRAKES ADJUSTMENT
F - 3 FREE UP OR RENEW BRAKE ADJ.UNIT
F - 4 FRONT BRAKE PADS RENEW
15
F - 5 RESURFACE DISC BRAKE ROTOR (ONE)
F - 6 RESURFACE BRAKE DRUM (ONE)
F - 7 DISC BRAKE PADS RENEW (REAR)
F - 8 FRONT ROTOR RENEW
F - 9 REAR ROTOR RENEW
F - 10 REAR DRUM RENEW
F - 11 BRAKE LIGHT INDICATOR CABLE RENEW
F - 12 POWER BRAKE BOOSTER RENEW
F - 13 BRAKE BOOSTER CHECK VALVE RENEW
F - 14 FRONT BRAKE LIMINGS RENEW
F - 15 REAR BRAKE LININGS RENEW
BRAKE HYDRAULIC SYSTEM
F - 16 WHEEL CYLINDER RENEW (ONE)
F - 17 WHEEL CYLINDER RE-BUILT (ONE)
F - 18 BRAKE HOOSES RENEW (ONE)
F - 19 CALIPER ASSEMBLY RENEW (ONE)
F - 20 CALIPER ASSEMBLY RE-BUILT (ONE)
F - 21 ELECTRO-HYDRAULIC PUMP RENEW
F - 22 POWERMASTER PRESSURE SWITCH RENEW
F - 23 MASTER CYLINDER RENEW
F - 24 MASTER CYLINDER R&R AND RE-CONDITION
F - 25 BLEED BRAKES
F - 26 BRAKE SYSTEM FLUSH AND REFILL
F - 27 PROPOTIONAL VALVE RENEW
F - 28 BRAKE VACUUM PUMP RENEW
PARKING BRAKE
F - 31 PARKING BRAKE ADJUSTMENT
F - 32 PARKING BRAKE LAMP SWITCH RENEW
F - 33 PARKING BRAKE CONTROL RENEW
F - 34 PARKING BRAKE EQUALIZER RENEW
F - 35 PARKING BRAKE CABLE RENEW (ONE)
F - 36 PARKING BRAKE SHOES RENEW
F - 37 PARKING BRAKE HANDLE OR CABLE RENEW
ANTI-LOCK BRAKE SYSTEM
F - 39 WHEEL SPEED SENSOR RENEW (ONE FRONT)
16
F - 40 WHEEL SPEED SENSOR RENEW (ONE REAR)
F - 41 HIGH PRESSURE HOOSE RENEW
F - 42 RESERVOIR RENEW
F - 43 RELAY RENEW
F - 44 PRESSURE SWITCH RENEW
F - 45 PUMP AND MOTOR ASSEMBLY RENEW
F - 46 ENERGY UNIT ASSEMBLY RENEW
F - 47 ELECT. BRAKE CONTROL UNIT MODULE RENEW
F - 47 ELECT. BRAKE CONTROL UNIT MODULE RENEW
F - 48 DIFFERENTIAL LOCK SWITCH RENEW
F - 49 ACCUMULATOR ASSEMBLY RENEW
F - 50 VALVE BLOCK RENEW
F - 51 ABS SYSTEM CHECK-UP AND DIAGNOSIS
F - 52 WHEEL SPEED SENSOR R&R CLEAN (ONE FRONT)
COOLING SYSTEM
G - 1 WINTERIZE COOLING SYSTEM
G - 2 THERMOSTAT RENEW
G - 3 AUXILLARY COOLING FAN RENEW
G - 4 AUXILLARY FAN TEMP.SWITCH RENEW
G - 5 AUXILLARY FAN RELAY RENEW
G - 6 RADIATOR ASSEMBLY R&R OR RENEW
G - 7 RADIATOR ROD CLEAN
G - 8 RADIATOR REPAIR
G - 9 FAN COUPLING RENEW
G - 10 RADIATOR HOOSE RENEW (UPPER)
G - 11 RADIATOR HOOSE RENEW (LOWER)
G - 12 WATER PUMP RENEW W/O AIR CONDITIONING
G - 13 WATER PUMP RENEW WITH AIR CONDITIONING
G - 14 WATER PUMP DRIVE BELT RENEW
G - 15 WATER PUMP DRIVE BELT ADJUSTMENT
G - 16 TEMPERATURE GAGE (DASH UNIT) RENEW
G - 17 TEMPERATURE GAGE SENDING UNIT RENEW
G - 18 HEATER BLOWER MOTOR RENEW
G - 19 HEATER CORE R&R OR RENEW
G - 20 HEATER WATER VALVE REPAIR
17
G - 21 HEATER TEMPERATURE CONTROL RENEW
G - 22 HEATER HOOSE RENEW (ONE)
G - 23 HEATER BLOWER MOTOR SWITCH RENEW
G - 24 EXPENSION VALVE RENEW
G - 25 THERMOSTAT BY-PASS HOOSE OR PIPE RENEW
G - 26 EXPENSION TANK HOSE RENEW
G - 27
THEMOSTAT HOUSING OR HOUSING GASKET
RENEW
EXHAUST SYSTEM
H - 1 MUFFLER RENEW
H - 2 TAIL PIPE RENEW
H - 3 RESONATOR AND PIPE ASSEMBLY RENEW
H - 4 FRONT EXHAUST PIPE RENEW
H - 5 INTERMEDIATE EXHAUST PIPE RENEW
H - 6 EXHAUST MANIFOLD OR GASKET RENEW (ONE)
H - 7 MUFFLER MOUNT RENEW
H - 8 EXHAUST SYSTEM WELDING
H - 9 CATALYTIC CONVERTER INSTALLATION
FRONT SUSPENSION
I - 1 WHEEL CHANGE
I - 2 TIRE MOUNTING
I - 3 WHEEL BALANCE
I - 4 WHEEL BALANCE (ON CAR)
I - 5 WHEELS ROTATE
I - 6 FRONT END ALIGNMENT
I - 7 LOWER CONTROL ARM ASSEMBLY RENEW
I - 8 LOWER CONTROL ARM BUSHING RENEW
I - 9 LOWER BALL JOINT RENEW
I - 10 FRONT SHOCK ABSORBER RENEW
I - 11 FRONT MC PHERSON STRUTS RENEW
I - 12 FRONT SPRING, SEAT OR INSUL RENEW
I - 13 UPPER CONTROL ARM ASSEMBLY RENEW
I - 14 UPPER CONTROL ARM BUSHING RENEW
I - 15
FRONT STRUT BEARING MOUNT ASSEMBLY
RENEW
18
I - 16 FRONT STABILIZER SHAFT RENEW
I - 17 FRONT STABILIZER SHAFT BUSHING RENEW
I - 18 STEERING KNUCKLE AND ARM RENEW
I - 19 STEER.KNUCKLE IN.DUST SEAL RENEW
I - 20 FRONT WHEEL BEARING RENEW (ONE)
I - 21 ENGINE CRADLE RENEW
I - 22 IDLER ARM RENEW
I - 23 LUBRICATION
I - 24 ARMORED TIRE RENEW OR REPAIR
I - 25 TIRE REPAIR
I - 26 CENTER LINK RENEW
I - 27 SPINDLE ASSEMBLY RENEW
I - 28 FRONT WHEEL BEARING RE-PACK (ONE)
I - 29 STEERING DUMPER RENEW
I - 30 PITMAN ARM RENEW
I - 31 TIE ROAD END RENEW
I - 32 UPPER BALL JOINT RENEW
I - 33 FRONT COIL SPRING RENEW (ARMORED ONE)
I - 34 RADIUS ARM BUSHINGS RENEW (PER EACH)
I - 35 ARMORED TIRE REPAIR
I - 36 STABILISER ARM LINKS - RENEW
FRONT DRIVE AXLE
II - 1 FRONT DRIVE AXLE RENEW(ONE)
II - 2 INBOARD CV JOINT AND/OR BOOT RENEW
II - 3 OUTBOARD CV JOINT AND/OR BOOT RENEW
II - 4
DIFFERENTIAL OIL SEAL OR AXLE SPRING CLIP
RENEW
II - 5 INTERMEDIATE SUPPORT BEARING RENEW
II - 6 FRONT WHEEL BEARING RENEW
II - 7 INBOARD CV JOINT RE-PACK
II - 8 OUTBOARD CV JOINT REPACK
II - 9
AXEL SHAFT SEAL RENEW (MANUAL
TRANSMITION)
II - 10
AXEL SHAFT SEAL RENEW (AUTOMATIC
TRANSMITION)
19
STEERING GEAR
J - 1 STEERING WHEEL RENEW
J - 2
HORN CONTACT AND TURN SIGNAL
CANCELLING CAM RENEW
J - 3
STEERING COLUMN LOCK ACTUATOR PARTS
RENEW
J - 4 INTERMEDIATE STEERING SHAFT RENEW
J - 5 STEERING BOX RENEW
J - 6 STEERING COLUMN UPPER BEARING RENEW
J - 7 STEERING COUPLING RENEW
J - 8 RECONDITION TILT-TEL COLM.
POWER STEERING
JJ - 1 PUMP DRIVE BELT RENEW
JJ - 2
POWER STEERING PUMP DRIVE BELT
ADJUSTMENT
JJ - 3
POWER STEERING GEAR ASSEMBLY R&R OR
RENEW
JJ - 4 RACK AND PINION ASSEMBLY R&R OR RENEW
JJ - 5
POWER STEERING BOX GEAR ASSEMBLY
REBUILT
JJ - 6 RACK AND PINION ASSEMBLY REBUILT
JJ - 7 POWER STEERING PUMP R&R OR RENEW
JJ - 8 POWER STEERING PUMP R&R OR REBUILT
JJ - 9 POWER STEERING HOOSE RENEW (ONE)
JJ - 10 RACK AND PINION BOOTS RENEW (ONE)
JJ - 11 POWER STEERING BOX RENEW
CRUISE CONTROL
K - 1 CRUISE CONTROL CABLE ADJUST
K - 2 CRUISE CONTROL CABLE RENEW
K - 3 CRUISE CONTROL ACTUATOR RENEW
K - 4 CRUISE CONTROL AMPLIFIER RENEW
K - 5 CRUISE CONTROL SPEED SENSOR RENEW
K - 6 CRUISE CONTROL SWITCH RENEW
CYLINDER HEAD & VALVUE SYSTEM
L - 1 COMPRESSION TEST
L - 2 CYLINDER HEAD GASKET RENEW
20
L - 3 CLEAN CARBON AND GRIND VALVES
L - 4 VALVE COVER GASKET RENEW
L - 5 VALVE ADJUSTMENT
L - 6 INTAKE MANIFOLD GASKET RENEW
L - 7 EXHAUST MANIFOLD OR GASKET RENEW (ONE)
L - 8 TIMING BELT RENEW
L - 9 TIMING BELT RENEW (WITH AIR CONDITIONING)
L - 10 TIMING BELT TENSIONER RENEW
L - 11 CAMSHAFT SPROKET RENEW
L - 12
CAMSHAFT SPROKET RENEW(WITH AIR
CONDITIONING)
L - 13 TIMING BELT ADJUSTMENT
ENGINE ASSEMPLY & MOUNTS
LL - 1
ENGINE ASSY.REMOVE&INSTALL NOT TRANSFER
PARTS &
LL - 2
ENGINE ASSY.REMOVE&INSTALL INCLUDES
EXCHANGE UNITS
LL - 3
ENGINE ASSY.RECONDITION DOES'NT INCLUDE
MACHINE
LL - 4 CRANKSHAFT PULLEY RENEW
LL - 5 CRANKSHAFT FRONT OIL SEAL RENEW
LL - 6 TIMING CHAIN RENEW
LL - 7 ENGINE MOUNT RENEW
LL - 8 OIL AND FILTER CHANGE
LL - 9 OIL PAN AND/OR GASKET RENEW
LL - 10 OIL PUMP RENEW
LL - 11 OIL PRESSURE SENDING UNIT RENEW
LL - 12 ENGINE VIBRATION DUMPER RENEW
LL - 13 MOTOR OIL CHANGE
LL - 14 TIMING CHAIN TENSIONER RENEW
LL - 15 ENGINE STEAM CLEAN
LL - 16 OIL COOLER RENEW
LL - 17 OIL COOLER HOOSES RENEW (PER UNIT)
LL - 18 OIL PUMP OR OIL PUMP SEAL RENEW(EXTERNAL)
LL - 19 FREEZE PLUGS RENEW (PER UNIT)
LL - 20 ENGINE MOUNT SUPPORT BOLTS REPAIR
21
CLUTCH & FLYWHEEL
M - 1 BLEED CLUTCH HYDRAYLIC SYSTEM
M - 2 CLUTCH CABLE RENEW
M - 3 CLUTCH SLAVE CYLINDER RENEW
M - 4 CLUTCH MASTER CYLINDER RENEW
M - 5
CLUTCH RELEASE BEARING AND/OR FORK
RENEW
M - 6
CLUTCH RELEASE BEARING OR FORK RENEW
FRONT.W.DRIVE
M - 7
CLUTCH RELESASE BEARING OR FORK RENEW (4
WHEEL DRIVE)
M - 8 CLUTCH ASSEMBLY RENEW
M - 9
CLUTCH ASSEMBLY RENEW FRONT WHEEL
DRIVE
M - 10 CLUTCH ASSEMBLY RENEW FOUR WHEEL DRIVE
M - 11 FLYWHEEL RENEW
M - 12 FLYWHEEL RENEW FRONT WHEEL DRIVE
M - 13 FLYWHEEL RENEW FOUR WHEEL DRIVE
M - 14 CLUTCH ADJUSTMENT
M - 15 CLUTCH ASSY RENEW FRONT WHEEL DRIVE X
M - 16 FLYWHEEL RENEW FRONT WHEEL DRIVE X
M - 17 UPPER CLUTCH PUMP REBUILT
M - 18 LOWER CLUTCH PUMP REBUILT
SHIFT LINKAGE
N - 1 GEARSHIFT LINKAGE ADJUSTMENT
N - 2 GEARSHIFT LEVER RENEW
N - 3 GEARSHIFT CONTROL CABLES RENEW
N - 4 SHIFT LEVER BOOT RENEW
N - 5 SHIFT LEVER BUSHING RENEW
N - 6 GEARSHIFT LEVER REPAIR
SHIFT LINKAGE AUTOMATIC
NN - 1A SHIFT LINKAGE ADJ. NEUTRAL SAFETY SHIFT
NN - 1B SHIFT LINKAGE ADJ. SHIFT INDICATOR NEEDLE
NN - 1C SHIFT LINKAGE ADJ. SHIFT LINKAGE
NN - 1D SHIFT LINKAGE ADJ. TV CABLE
NN - 2 GEARSHIFT SELECTOR LEVER RENEW
22
NN - 3A
SHIFT CONTROL CABLE RENEW - COLUMN
MOUNT
NN - 3B SHIFT CONTROL CABLE RENEW - FLOOR MOUNT
NN - 4A PARK LOCK CABLE RENEW - COLUMN MOUNT
NN - 4B PARK LOCK CABLE RENEW - FLOOR MOUNT
NN - 5 FLOOR SHIFT CONTROL ASSEMBLY RENEW
NN - 6 SELECTOR LEVER BUSHING RENEW
REAR DRIVE AXLE - SUSPENSION &
SHAFT
O - 1 LOWER CONTROL ARM RENEW
O - 2 LOWER CONTROL ARM BUSHING RENEW
O - 3 REAR AXLE TIE ROAD ASSEMBLY RENEW
O - 4 REAR SHOCKS RENEW
O - 5
REAR WHEEL BEARING AND HUB ASSY
REPACK&RENEW ONE
O - 6 REAR AXLE ASSEMBLY RENEW
O - 7 SUPERLIFT SHOCK ABSORBER RENEW (ONE)
O - 8 REAR STABILIZER ARM RENEW
O - 9 REAR TIE ROD END AND/OR SLEEVE RENEW
O - 10 INNER TIE ROD RENEW
O - 11 REAR WHEEL KNUCKLE ASSEMBLY RENEW
O - 12 REAR COIL SPRING RENEW
O - 13 REAR TRANSVERSE LEAF SPRING RENEW
O - 14 REAR STRUT RENEW (ONE)
O - 15 INTERMEDIATE SUPORT BEARING RENEW
O - 16 UNIVERSAL JOINT RENEW
O - 17 HALF SHAFT RENEW
O - 18 HALF SHAFT R&R AND RECONDITION
O - 19 SHAFT RUBER COUPLING RENEW
O - 20 REAR TORSION BAR RENEW
O - 21 REAR END ALIGNMENT
O - 22 INBOARD CV JOINT OR BOOT RENEW
O - 23 OUTBOARD CV JOINT OR BOOT RENEW
O - 24 INBOARD OR OUTBOARD CV JOINT REPACK
O - 25 DIFFERENTIAL OIL SEAL RENEW
O - 26 DIFFERENTIAL ASSEMBLY R&R AND
23
RECONDITION
O - 27
DIFFERENTIAL ASSEMBLY R&R OR RENEW
FRONT WHEEL DRIVE
O - 28
DIFF.ASSY. R&R AND RECONDITION FRONT
WHEEL DRIVE
O - 29 DIFF. ASSY. R&R OR RENEW FOUR WHEEL DRIVE
O - 30
DIFF.ASSY.R&R AND RECONDITION FOUR WHEEL
DRIVE
O - 31 DIFF. ASSEMBLY R&R OR RENEW
O - 32 REAR COIL STRING RENEW ARMORED (ONE)
O - 33 REAR STABILIZER SHAFT RENEW
O - 34 REAR STABILIZER SHAFT LINKS - RENEW
ELECTRONIC LEVEL CONTROL
OO - 1 COMPRESSOR ASSEMBLY RENEW
OO - 2 RELAY RENEW
OO - 3 HEIGHT SENSOR RENEW
OO - 4
ELECTRONIC LEVEL CONTROL CONTROL DRYER
RENEW
OO - 5 ELECTRONIC LEVEL CONTROL HEAD RENEW
OO - 6 PRESSURE LIMITER VALVE RENEW
STANDARD TRANSMISSION
P - 1 TRANSMITION ASSEMBLY R&R OR RENEW
P - 2
TRANSMITION ASSEMBLY R&R OR RENEW
FRONT WHEEL DRIVE
P - 3
TRANSMITION ASSEMBLY R&R OR RENEW FOUR
WHEEL DRIVE
P - 4
THREE SPEED TRANSMITION ASSEMBLY R&R
AND
P - 5
THREE SPEED TRANSM.ASSY R&R AND
RECONDITION
P - 6
THREE SPEED TRANSM.ASSY.R&R AND
RECONDITION FOUR
P - 7
FOUR SPEED TRANSM.ASSY.R&R AND
RECONDITION
P - 8
FOUR SPEED TRANSM.ASSY.R&R AND
RECONDITION
24
P - 9
FOUR SPEED TRANSM.ASSY.R&R AND
RECONDITION FOUR W.D.
P - 10
FIVE SPEED TRANSM.ASSY.R&R AND
RECONDITION
P - 11
FIVE SPEED TRANSM.ASSY.R&R AND
RECONDITION FRONT W.D.
P - 12
FIVE SPEED TRANSM.ASSY.R&R AND
RECONDITION FOUR W.D.
P - 13 TRANSMITION MOUNT RENEW
AUTOMATIC TRANSMISSION
Q - 1
TRANSMITION AND TORQUE CONVERTER
ASSY.R&R OR
Q - 2
TRANSM.AND TORQUE CONV.ASSY.R&R OR
RENEW FRONT
Q - 3
TRANSM.AND TORQUE CONV.ASSY.R&R OR
RENEW FOUR W.D.
Q - 4 TRANSFER CASE ASSY.R&R OR RENEW
Q - 5
TRANSMITION AND TORQUE CONV.ASSY.R&R
AND
Q - 6 TRANSM.AND TORQUE CONV.ASSY.R&R AND
Q - 7
TRANSM.AND TORQUE CONV.ASSY.R&R AND
RECOND.FOUR
Q - 8 OIL PAN AND /OR GASKET AND FILTER RENEW
Q - 9 BAND ADJUSTMENT
Q - 10 HOOSE AND/OR PIPE RENEW
Q - 11 MOUNT RENEW
Q - 12 NEUTRAL SAFETY SWITCH RENEW
Q - 13 REAR OIL SEAL RENEW
Q - 14 OVERDRIVE RELAY RENEW
Q - 15 KICK-DOWN CABLE RENEW
Q - 16 TRANSFER CASE MOTOR/ENCODER RENEW
Q - 17 A/T TRANSFER CASE SELECT SWITCH RENEW
Q - 18
AUTOMATIC TRANSMITION PRESSURE CONTROL
RENEW
AIR CONDITIONING
R - 1 DRAIN EVACUATE RECHARGE A/C
R - 2 COMPRESSOR DRIVE BELT RENEW
25
R - 3 COMPRESSOR ASSEMBLY RENEW
R - 4
COMPRESSOR CLUTCH ASSEMBLY RENEW (ON
CAR)
R - 5 EVAPORATOR COIL RENEW
R - 6 EXPENSION VALVE RENEW
R - 7 CONDANSER ASSEMBLY RENEW
R - 8 AIR CONDITION CONTROL SWITCH RENEW
R - 9 AIR CONDITION HOOSE RENEW (ONE)
R - 10 AIR CONDITION ACUMULATOR RENEW
R - 11 AIR CONDITION RE-CHARGE
R - 12 AIR CONDITION BELT ADJUSTMENT
R - 13
AIR CONDITION CONDENSER COOLING FAN
RENEW
R - 14 ORIFAGE FILTER RENEW
R - 15 A/C COMP.MOUNT RENEW OR REPAIR
R - 16 A/C ELECTRIC FAN SWITCH RENEW
OTHER
RC - 1 WHEEL LOCKS RENEW
RC - 2
INTAKES VALVE TIMING CONTROL POSITION
SENSOR RENEW
RC - 3 TRANSFER CASE OIL SEALS RENEW
RC - 4 SLIDING DOOR TRACK BRACKETS RENEW
RC - 5
SLIDING DOOR TRACK BRACKETS ASSEMBLY
RENEW
RC - 6 MAFLER GASKET RENEW
RC - 7
A/C CONDANCER ASSEMBLY REMOVE REAPIA
REINSTALL
RC - 8 ENGINE CRANK SHAFT REAR OIL SEAL
RC - 9 ELECTRICAL WORK (ESTIMATE)
RC - 10 VACUM CONTROL SWITCH RENEW
RC - 11 OUTPUT SPEED SENSOR RENEW
RC - 12
FRONT MC-PHERSON STRUT R&R REPAIR
(ESTIMATE)
RC - 13 SERPANTINE BELT DRIVE BEARING RENEW
RC - 14 WINDSHIELD INSTALATION (ESTIMATE)
RC - 15 A/C CABIN FILTER RENEW
26
RC - 16 THROUTTLE BODY REMOVE CLEAN REINSTAL
RC - 17 DOOR WINDOW CURTIN RENEW
RC - 18 INFLATABLE RESTRAINT I/P MODULE RENEW
RC - 19
INFLATABLE RESTRAINT SIDE IMPACT MODULE
RENEW
RC - 20
INFLATABLE RESTRAINT STEERING WHEEL
MODULE COIL RENEW
RC - 21
INFLATABLE RESTRAINT STEERING WHEEL
MODULE RENEW
RC - 22
INFLATABLE RESTRAINT SENSING AND
DIAGNOSTIC MODULE
RC - 23
INFLATABLE RESTRAINT FRONT AND SENSOR
RENEW
HEAD AND PACKING LIGHTS
S - 1 HEADLAMPS ALIGNMENT
S - 2 HEADLAMP BULB RENEW
S - 3 HEADLAMP ASSEMBLY RENEW
S - 4 HEADLAMP SEALED BEAM ASSEMBLY RENEW
S - 5 PARKING LIGHT BULB RENEW
S - 6 PARKING LIGHT ASSEMBLY RENEW
S - 7 STOP LIGHT BULB RENEW
S - 8 STOP LIGHT ASSEMBLY RENEW
S - 9 TURN SIGNAL LIGHT BULB ASSEMBLY RENEW
S - 10 TURN SIGNAL LIGHT ASSEMBLY RENEW
S - 11 LICENSE PLATE LIGHT BULB RENEW
S - 12 LICENSE PLATE LIGHT ASSEMBLY RENEW
S - 13 HEADLIGHT TRIM RENEW
S - 14 REAR BUMPER INSTALL
S - 15 FRONT BUMPER INSTALL
S - 16 REAR STOP LIGHT ASSY BULB SOCKET RENEW
LIGHT SWITCHES AND WIRING
T - 1 HEADLAMP SWITCH RENEW
T - 2 HEADLAMP DIMMER SWITCH RENEW
T - 3 STOP LIGHT SWITCH RENEW
T - 4 PARKING BRAKE SWITCH RENEW
27
T - 5
TURN SIGNAL OR HAZARD WARNING SWITCH
RENEW
T - 6
TURN SIGNAL OR HAZARD WARNING FLASHER
RENEW
T - 7 HORN RELAY RENEW
T - 8 HORN RENEW
T - 9 WIRING HARNESS RENEW PER HOUR CHARGE
T - 10 RADIO R&R
T - 11 ARMOURED WINDOWS CLEANING
T - 12 DOOR ADJUSTMENT
T - 13 SIMONIZ (CAR WAXING)
T - 14 DOOR SIDE MOLDING RENEW (ONE)
T - 15 BUMPER SIDE RENEW
T - 16 DASH BOARD R&R
T - 17 ELECTRICAL SHORT REPAIR (PER HOUR CHARGE)
T - 18 ANTENNA RENEW PER HOUR CHARGE
T - 19 INSTRUMENT PANEL R&R
T - 20 REAR LIGHT FAILURE SENSOR RENEW
T - 21
COMPLETE FUSE BOX AND WIRING HARNESS
RENEW
T - 22 HOOD LATCH RENEW/REPAIR
WINSHIELD WIPER & SPEEDOMETER
U - 1 WINDSHIELD WIPER MOTOR RENEW
U - 2 WINDSHIELD WIPER PUMP RENEW
U - 3 WIPER SWITCH RENEW
U - 4 SPEEDOMETER HEAD R&R OR RENEW
U - 5 SPEEDOMETER CABLE AND CASING RENEW
U - 6 SPEEDOMETER CABLE RENEW OR LUBRICATE
U - 7 WINDSHIELD WASHER JETS RENEW
U - 8 WINDSHIELD WIPER BLADES RENEW
LOCKS AND WINDOWS MECHANISM
V - 1 DOOR HANDLE RENEW
V - 2 DOOR HANDLE RENEW (INNER)
V - 3 DOOR LOCK RENEW
V - 4 DOOR LOCK MECHANIZM RENEW
28
V - 5 DOOR LOCK MECHANIZM REPAIR
V - 6 DOOR WINDOW MECHANIZM RENEW
V - 7 DOOR WINDOW MECHANIZM REPAIR
V - 8 DOOR WINDOW REPLACE
V - 9 TRUNK LOCK RENEW
V - 10 TRUNK LOCK MECHANIZM RENEW
V - 11 TRUNK LOCK MECHANIZM REPAIR
V - 12
DOOR ELECTRIC AND/OR VACUM LOCK
MECHANIZM RENEW
V - 13
DOOR ELECTRIC AND/OR VACUM LOCK MOTOR
REPAIR
V - 14 WINDOW ELECTRIC MOTOR RENEW
V - 15 ELECTRIC WINDOW MECHANIZM REPAIR
V - 16 ELECTRIC WINDOW SWITCH RENEW
V - 17 ELECTRIC WINDOW SWITCH REPAIR
V - 18 ELECTRIC DOOR SWITCH RENEW
V - 19 ELECTRIC DOOR SWITCH REPAIR
V - 20 SEAT BELT RENEW (ONE)
V - 21 SIDE MIRROR RENEW
V - 22 GLOVE COMPARTMENT LOCK RENEW
V - 23 GLOVE COMPARTMENT LOCK REPAIR
V - 24 GLOVE COMPARTMENT COVER RENEW
V - 25 GLOVE COMPARTMENT COVER REPAIR
V - 27 SIDE MIROR REPAIR
LOCKS AND WINDOWS MECHANISMS
(ARMORED)
W - 1 DOOR HANDLE RENEW (OUTER) ARMORED
W - 2 DOOR HANDLE RENEW (INNER) (ARMORED)
W - 3 DOOR LOCK RENEW(ARMORED)
W - 4 DOOR LOCK MECHANIZM RENEW (ARMORED)
W - 5 DOOR LOCK MECHANIZM REPAIR (ARMORED)
W - 6 DOOR WINDOW MECHANIZM RENEW (ARMORED)
W - 7 DOOR WINDOW MECHANIZM REPAIR
W - 8 DOOR WINDOW REPLACE (ARMORED)
W - 9 TRUNK LOCK RENEW (ARMORED)
W - 10 TRUNK LOCK MECHANIZM RENEW (ARMORED)
29
W - 11 TRUNK LOCK MECHANIZM REPAIR (ARMORED)
W - 12
DOOR ELECTRIC OR VACUM LOCK MECHANIZM
RENEW
W - 13
DOOR ELECTRIC OR VACUM LOCK MECHANISM
REPAIR
W - 14 WINDOW ELECTRIC MOTOR RENEW (ARMORED)
W - 15
ELECTRIC WINDOW MECHANIZM REPAIR
(ARMORED)
W - 16 ELECTRIC WINDOW SWITCH RENEW (ARMORED
W - 17 ELECTRIC WINDOW SWITCH REPAIR (ARMORED)
W - 18 ELECTRIC DOOR SWITCH RENEW (ARMORED)
W - 19 ELECTRIC DOOR SWITCH REPAIR (ARMORED)
W - 20 ARMORED WINDOWS AND PANEL REMOVAL
W - 21 SIDE MIRROR RENEW
W - 22
DOOR HINGE BUSHINGS RENEW ARMORED (PER
EACH)
ELECTRONIC & INJECTION SYSTEM
DIAGNOSTICS
X - 1
ELECTRONIC AND INJECTION SYSTEM CHECK
AND DIAGNOSIS
GENERAL CHECK-UP
Y - 1 GENERAL CHECK UP AS PER LIST
ROAD ASSISTANCE
Z - 1
ROAD ASSISTANCE PLUS (1 EURO CHARGE PER
KILOMETER)
ZZ - 1 OFFICIAL POLUSION CERTIFICATE
HEAVY TRUCKS FORKLIFT GAS &
DIESEL ENGINES
TB - 1 AIR FILTER RENEW
TB - 2 FAN BELT RENEW
TB - 3 WATER HOSE (ONE)
TB - 4 WATER PUMP RENEW
TB - 5 THERMOSTAT RENEW
TB - 6 FUEL FILTER RENEW (DIESEL)
TB - 7 HYDRAULIC FILTER RENEW
TB - 8
BRAKE INSP. CLEAN & ADJUST. WHEELS
(TRUCK)
30
TB - 9 BRAKE RENEW (PER WHEEL)
TB - 10 BRAKE MASTER CYLINDER RENEW
TB - 11 BRAKE MASTER CYLINDER REBUILT
TB - 12 BRAKES BLEED (FOUR WHEELS)
TB - 13 BRAKE HOSE RENEW (ONE)
TB - 14 WHEEL CYLINDER OR CALIPER RENEW
TB - 15 WHEEL CYLINDER OR CALIPER REBUILT
TB - 16 FRONT WHEEL BEARING RENEW OR REPACK
TB - 17 OIL AND FILTER CHANGE
TB - 18 TRANSMISSION OIL RENEW (STANDARD)
TB - 19
TRANSMISSION OIL AND FILTER RENEW
(AUTOMATIC)
TB - 20 REAR END OIL RENEW
TB - 21 INJECTOR R&R (ONE)
TB - 22 VALVE ADJUSTMENT
TB - 23 CLUTCH ASSEMBLY RENEW (TRUCKS)
TB - 24 VALVE JOB
TB - 25 CLUTCH SLEEVE RENEW
TB - 26 STARTER RENEW
TB - 27 STARTER R&R AND REBUILT
TB - 28 ALTERNATOR RENEW
TB - 29 ALTERNATOR REBUILT
TB - 30 BATTERY CHARGE
TB - 31 BATTERY FILL CHARGE & INSTALLATION
TB - 32 LUBRICATION
TB - 33 FUEL LINE RENEW
TB - 34 RADIATOR R&R
TB - 35 RADIATOR REPAIR
TB - 36 RADIATOR ROD CLEAN
TB - 37 WINTERIZE COOLING SYSTEM
TB - 38 SHOCK ABSORBER RENEW (ONE)
TB - 39 VACUM FILTER RENEW
TB - 40 VACUM LINE RENEW
TB - 41
HEADLIGHT,BRAKE LIGHT, PARKING LIGHT
RENEW
31
TB - 42 FUEL PUMP R&R
TB - 43 FUEL TANK R&R AND CLEAN (TRUCK ONLY)
TB - 44 TIRE RENEW OR REPAIR
TB - 45 REAR WHEEL BEARING RENEW
TB - 46 ELECTRICAL SHORT REPAIR PER HOUR
TB - 47
CHECK ALL FLUID LEVELS, LIGHTS, HOSES AND
BELTS
TB - 47 BRAKE INSPECTION FORKLIFT ( WHEELS)
TB - 48 BRAKE INSPECTION FORK LIFT
TB - 49 HEATER CORE REPLACE OR REPAIR
TB - 50
HYDRAULIC PRESSURE LINE REPLACE OR
REPAIR
TB - 51 TIMING BELT RENEW
TB - 52 SIDE MIRROR RENEW
TB - 53 BLEED FUEL SYSTEM
TB - 54 A/C DRAIN EVACUATE AND RECHARGE
TB - 55 TURN SIGNAL FLASHER RENEW
TB - 56 TIRE CHANGE
TB - 58 GLOW PLUGS RENEW
TB - 59 TRANSMITION FILTER CHANGE
TB - 60 MOTOR OIL CHANGE
TB - 61 ENGINE STEAM CLEAN
TB - 62
AUTOMATIC TRANSMITION OIL AND FILTER
CHANGE
MOTORCYCLES
BK - 1 GENERAL SERVICE
BK - 2 FRONT BRAKES RENEW
BK - 3 FRONT BRAKE ROTOR RENEW
BK - 4 REAR BRAKE ROTOR RENEW
BK - 5 REAR BRAKE RENEW (PADS)
BK - 6 REAR BRAKE LININGS RENEW
BK - 7 REAR DRUM RENEW
BK - 8 FRONT DRUM RENEW
BK - 9 THROTLE CABLE RENEW
BK - 10 CLUTCH CABLE RENEW
32
BK - 11 BRAKE CABLES RENEW (FRONT)
BK - 12 BRAKE CABLES RENEW (REAR)
BK - 13 TIRE REPAIR OR RENEW
BK - 14 FRONT SHOCKS FLUID CHANGE
BK - 15 FRONT SHOCKS SEALS RENEW (BOTH)
BK - 16 REAR SHOCK RENEW (ONE)
BK - 17 CARBURATOR CLEAN AND ADJUST
BK - 18 WHEEL BEARING RENEW FRONT AND/OR REAR
BK - 19 THROTLE SYSTEM CONTROL RENEW
BK - 20 CLUTCH HANDLE RENEW (ON STEERING)
BK - 21 BRAKE HANDLE RENEW (ON STEERING)
BK - 22 FRONT HYDRAULIC BRAKE PUMP RENEW
BK - 23 REAR HYDRAULIC BRAKE PUMP RENEW
BK - 24 FRONT BRAKE CALIPER RENEW
BK - 25 BATTERY CHARGE AND/OR RENEW
BK - 26
SPEEDOMETER AND/OR INSTRUMENT CLUSTER
CABLE RENEW
BK - 27 STARTER RENEW
BK - 28 STARTER RE-BUILT
BK - 29 ENGINE CRANKING LEVER RENEW
BK - 30 TEMPERATURE SENDING UNIT RENEW
BK - 31 RADIATOR RENEW
BK - 32 RADIATOR HOSE RENEW
BK - 33 CHAIN GUIDE RENEW
BK - 34 CHAIN RENEW
BK - 35 CHAIN AND GEARS RENEW
BK - 36 MUFFLER RENEW
BK - 37 MUFFLER REMOVE CLEAN AND REINSTALL
BK - 38 MUFFLER MOUNT RENEW
BK - 39 PLASTIC COVERS (GUARDS) RENEW (EACH)
BK - 40 BRAKE HOSE RENEW (FRONT)
BK - 41 BRAKE HOSE RENEW (REAR)
BK - 42 FUEL SHUT OFF VALVE RENEW
BK - 43 MAGNET RENEW
BK - 44 ELECTRONIC MODULE RENEW
33
BK - 45 COIL RENEW
BK - 46 CLUTCH DISC RENEW
BK - 47 MAIN ENGINE SWITCH RENEW
BK - 48 SECONDARY ENGINE SWITCH RENEW
BK - 49
LIGHTS, BRAKE LIGHT AND/OR TURN SIGNAL
SWITCH RENEW
BK - 50 BULB RENEW
BK - 51 SHOCK COVER RUBER BOOT RENEW
BK - 52 CYLINDER HEAD GASKET RENEW
BK - 54 VALVE JOB
LAWNMOWERS
LM - 1 SERVICE OF LAWNMOWERS
LM - 2 SERVICE OF TRACTOR LAWNMOWERS
35
UNITED STATES DEPARTMENT OF STATE VEHICLE MAINTENANCE/REPAIR WORK ORDER
ΤΝΣΗΡΗΗ ΟΥΗΜΑΣΟ/ΕΝΣΟΛΗ ΕΡΓΑΘΑ ΕΠΘΚΕΤΗ
PART I - SERVICES/REPAIRS ΜΕΡΟ 1 –ΤΝΣΗΡΗΗ/ΕΠΘΚΕΤΕ
1. POST ATHENS, GREECE Εδπα
2. DATE Ημεπομηνια
3. WORK ORDER NUMBER Απιθμορ Ενηοληρ Επγαζιαρ
4. VEHICLE TAG NUMBER Απιθμορ Κςκλοθοπιαρ Οσημαηορ
5. VEHICLE MANUFACTURER Καηαζκεςαζηηρ Οσημαηορ
6. MODEL Μονηελο
7. YEAR Υπονολογια
Καηαζκεςηρ
8. VEHICLE IDENTIFICATION NUMBER (VIN) Απιθμορ Πλαιζιος Οσημαηορ
9. INVENTORY NUMBER Απιθμορ Απογπαθηρ
10. ODOMETER READING mi. km Ενδειξη Υιλι ΜΘΛ. ΥΛΜ.
11. If odometer reading is mi, convert to km, by multiplying by 1.6, and enter here
12. WORK Επγαζια SCHEDULED UNSCHEDULED ACCIDENT DAMAGE Ππογπαμμαηιζμενη Εκηακηη Ζημια Απο ςγκποςζη
13. REQUESTED BY (Signature) Ζηηηθηκε απο (Τπογπαθη)
DATE Ημεπομηνια
14. AUTHORIZED BY (Signature) Ενεκπιθη απο (Τπογπαθη)
DATE Ημεπομηνια
DATE
Work
Completed
15. COMPLAINT/WORK REQUESTED Παπαπονα/ Ζηηοςμενη Επγαζια
16. DESCRIPTION OF WORK PERFORMED Πεπιγπαθη Επγαζιαρ Πος Εκηελεζηηκε
GARAGE CONTRACTOR
36
PART II - COST DATA
AMERICAN EMBASSY PARTS CONTRACTORS
PARTS DESCRIPTION PART NO.
QTY LOCATION PARTS COST
LABOR COST
CODE NO.
TOTAL COST:
VENDORS PARTS/REPAIRS & MATERIALS
PARTS DESCRIPTION PART NO.
QTY PARTS COST BILL NO.
1)TOTAL COST: 2)TOTAL:
TOTAL 1+2=
OUTSIDE REPAIRS REMARKS:
VENDOR: P.O.NO.
TOTAL COST REPAIRS/PARTS/LABOR:
WORK SATISFACTORY: (If “NO” Explain) YES
NO
SIGNATURE:
41
CLAUSES FOR BLANKET PURCHASE AGREEMENTS AWARDED BY OVERSEAS
CONTRACTING ACTIVITIES
COMMERCIAL ITEMS
FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998)
This purchase order or BPA incorporates the following clauses by reference, with the same force
and effect as if they were given in full text. Upon request, the Contracting Officer will make
their full text available. Also, the full text of a clause may be accessed electronically at this
address: http://www.acqnet.gov/far
DOSAR clauses may be accessed at: http://www.statebuy.state.gov/dosar/dosartoc.htm
FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) CLAUSES
NUMBER TITLE DATE
52.204-9 Personal Identity Verification of Contractor Personnel (if
contractor requires physical access to a federally-
controlled facility or access to a Federal information
system)
JAN 2011
52.204-10 Reporting Executive Compensation and First-Tier
Subcontract Awards [Note to Contracting Officer: if
over $25,000]
FEB 2012
52.212-4 Contract Terms and Conditions – Commercial Items
(Alternate I (OCT 2008) of 52.212-4 applies if the order
is time-and-materials or labor-hour)
FEB 2012
52.213-4 Terms and Conditions – Simplified Acquisitions (Other
Than Commercial Items)
MAR 2012
52.222-50 Combating trafficking in persons FEB 2009
52.223-18 Contractor Policy to Ban Text Messaging While Driving AUG 2011
52.225-14 Inconsistency Between English Version and Translation
of Contract
FEB 2000
52.225-25 Prohibition on Contracting with Entities Engaging in
Sanctioned Activities Relating to Iran
DEC 2012
52.227-14 Rights in Data – General (if order involves the
production, furnishing, or acquiring of data)
DEC 2007
52.227-17 Rights in Data – Special Works (if order is for the
compilation or production of data for the Government’s
own use)
DEC 2007
52.227-19 Commercial Computer Software License (if order is for
software)
DEC 2007
52.228-3 Workers’ Compensation Insurance (Defense Base Act)
(if order is for services and contractor employees are
covered by Defense Base Act insurance)
APR 1984
52.228-4 Workers’ Compensation and War-Hazard Insurance (if APR 1984
42
order is for services and contractor employees are not
covered by Defense Base Act insurance)
52.232-24 Prohibition of Assignment of Claims JAN 1986
52.232-36 Payment by Third Party (if payment will be made
through the Government-wide purchase card)
FEB 2010
52.233-1 Disputes
Alternate I
JUL 2002
DEC 1991
52.237-2 Protection of Government Buildings, Equipment, and
Vegetation (for services to be performed on USG
installations)
APR 1984
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—
Commercial Items (JAN 2013)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)
clauses, which are incorporated in this contract by reference, to implement provisions of law or
Executive orders applicable to acquisitions of commercial items:
(1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).
___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).
(2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,
108-78).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the
Contracting Officer has indicated as being incorporated in this contract by reference to
implement provisions of law or Executive orders applicable to acquisitions of commercial items:
__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with
Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).
__ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-
252, Title VI, Chapter 1 (41 U.S.C. 251 note)).
__ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment
Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the
American Recovery and Reinvestment Act of 2009.)
__ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
(Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note).
__ (5) 52.204-11, American Recovery and Reinvestment Act—Reporting Requirements
(Jul 2010) (Pub. L. 111-5).
43
__ (6) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note).
__ (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility
Matters (Feb 2012) (41 U.S.C. 2313).
__ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
(May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L.
111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L.
110-161).
__ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011)
(15 U.S.C. 657a).
__ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business
Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)
(15 U.S.C. 657a).
__ (11) [Reserved]
__ (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644).
__ (ii) Alternate I (Nov 2011).
__ (iii) Alternate II (Nov 2011).
__ (13)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).
__ (ii) Alternate I (Oct 1995) of 52.219-7.
__ (iii) Alternate II (Mar 2004) of 52.219-7.
__ (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and
(3)).
__ (15)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)).
__ (ii) Alternate I (Oct 2001) of 52.219-9.
__ (iii) Alternate II (Oct 2001) of 52.219-9.
__ (iv) Alternate III (Jul 2010) of 52.219-9.
__ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)).
__ (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)).
__ (18) 52.219-16, Liquidated Damages—Subcon-tracting Plan (Jan 1999) (15 U.S.C.
637(d)(4)(F)(i)).
__ (19)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged
Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it
shall so indicate in its offer).
__ (ii) Alternate I (June 2003) of 52.219-23.
__ (20) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged
Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).
__ (21) 52.219-26, Small Disadvantaged Business Participation Program—
Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).
44
__ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside
(Nov 2011) (15 U.S.C. 657 f).
__ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012)
(15 U.S.C. 632(a)(2)).
__ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned
Small Business (EDWOSB) Concerns (Apr 2012) (15 U.S.C. 637(m)).
__ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB)
Concerns Eligible Under the WOSB Program (Apr 2012) (15 U.S.C. 637(m)).
__ (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
__ (27) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Mar 2012)
(E.O. 13126).
__ (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
__ (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
__ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212).
__ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)
(29 U.S.C. 793).
__ (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212).
__ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act
(Dec 2010) (E.O. 13496).
__ (34) 52.222-54, Employment Eligibility Verification (JUL 2012). (Executive Order 12989).
(Not applicable to the acquisition of commercially available off-the-shelf items or certain other
types of commercial items as prescribed in 22.1803.)
__ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–
Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of
commercially available off-the-shelf items.)
__ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the
acquisition of commercially available off-the-shelf items.)
__ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C.
8259b).
__ (37)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal
Computer Products (DEC 2007) (E.O. 13423).
__ (ii) Alternate I (DEC 2007) of 52.223-16.
__ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
(AUG 2011) (E.O. 13513).
__ (39) 52.225-1, Buy American Act—Supplies (Feb 2009) (41 U.S.C. 10a-10d).
__ (40)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act
(Nov 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C.
4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-
138, 112-41, 112-42, and 112-43).
45
__ (ii) Alternate I (Mar 2012) of 52.225-3.
__ (iii) Alternate II (Mar 2012) of 52.225-3.
__ (iv) Alternate III (Nov 2012) of 52.225-3.
__ (41) 52.225-5, Trade Agreements (NOV 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
__ (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s,
proclamations, and statutes administered by the Office of Foreign Assets Control of the
Department of the Treasury).
__ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C.
5150).
__ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area
(Nov 2007) (42 U.S.C. 5150).
_x_ (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002)
(41 U.S.C. 255(f), 10 U.S.C. 2307(f)).
__ (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f),
10 U.S.C. 2307(f)).
__ (47) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration
(Oct 2003) (31 U.S.C. 3332).
_x_ (48) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor
Registration (May 1999) (31 U.S.C. 3332).
__ (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332).
__ (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
__ (51)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels
(Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).
__ (ii) Alternate I (Apr 2003) of 52.247-64.
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to
commercial services, that the Contracting Officer has indicated as being incorporated in this
contract by reference to implement provisions of law or Executive orders applicable to
acquisitions of commercial items:
[Contracting Officer check as appropriate.]
__ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).
__ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206
and 41 U.S.C. 351, et seq.).
__ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment
(Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
__ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment
(Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
__ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for
Maintenance, Calibration, or Repair of Certain Equipment—Requirements (Nov 2007) (41 351, et
seq.).
46
__ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for
Certain Services—Requirements (Feb 2009) (41 U.S.C. 351, et seq.).
__ (7) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495).
__ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009)
(Pub. L. 110-247).
__ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)).
(d) Comptroller General Examination of Record. The Contractor shall comply with the
provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in
excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit
and Records—Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the
Comptroller General, shall have access to and right to examine any of the Contractor’s directly
pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records,
materials, and other evidence for examination, audit, or reproduction, until 3 years after final
payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor
Records Retention, of the other clauses of this contract. If this contract is completely or partially
terminated, the records relating to the work terminated shall be made available for 3 years after
any resulting final termination settlement. Records relating to appeals under the disputes clause
or to litigation or the settlement of claims arising under or relating to this contract shall be made
available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and
practices, and other data, regardless of type and regardless of form. This does not require the
Contractor to create or maintain any record that the Contractor does not maintain in the ordinary
course of business or pursuant to a provision of law.
(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of
this clause, the Contractor is not required to flow down any FAR clause, other than those in this
paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the
extent of the flow down shall be as required by the clause—
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-
252, Title VI, Chapter 1 (41 U.S.C. 251 note)).
(ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and
(3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except
subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any
public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer
subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow
down required in accordance with paragraph (l) of FAR clause 52.222-17.
(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
47
(v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).
(vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act
(Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause
52.222-40.
(viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).
(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).
___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).
(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for
Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C.
351, et seq.).
(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for
Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.).
(xii) 52.222-54, Employment Eligibility Verification (JUL 2012).
(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009)
(Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels
(Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with
paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items
a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)
52.204-99 SYSTEM FOR AWARD MANAGEMENT REGISTRATION (AUGUST 2012)
(DEVIATION)
(a) Definitions. As used in this clause-
"Central Contractor Registration (CCR) database" means the retired primary Government
repository for Contractor information required for the conduct of business with the Government.
"Commercial and Government Entity (CAGE) code" means-
(1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to
identify a commercial or Government entity; or
(2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records
and maintains in the CAGE master file. This type of code is known as an "NCAGE code."
"Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by
Dun and Bradstreet, Inc. (D&B) to identify unique business entities.
"Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number assigned
by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no
affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion
of the business concern to establish additional SAM records for identifying alternative Electronic
Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern.
48
"Registered in the SAM database" means that-
(1) The Contractor has entered all mandatory information, including the DUNS number or the
DUNS+4 number, into the SAM database;
(2) The Contractor's CAGE code is in the SAM database; and
(3) The Government has validated all mandatory data fields, to include validation of the
Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked
the record "Active". The Contractor will be required to provide consent for TIN Attachment,
Page 1 of 4 validation to the Government as a part of the SAM registration process.
"System for Award Management (SAM)" means the primary Government repository for
prospective federal awardee information and the centralized Government system for certain
contracting, grants, and other assistance related processes. It includes-
(1) Data collected from prospective federal awardees required for the conduct of business with
the Government;
(2) Prospective contractor submitted annual representations and certifications in accordance with
FAR Subpart 4.12; and
(3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or
excluded or disqualified under the nonprocurement common rule by agencies, Government
corporations , or by the Government Accountability Office.
(b) (1) The Contractor shall be registered in the SAM database prior to submitting an invoice and
through final payment of any contract, basic agreement, basic ordering agreement, or blanket
purchasing agreement resulting from this solicitation.
(2) The SAM registration shall be for the same name and address identified on the contract, with
its associated CAGE code and DUNS or DUNS+4.
(3) If indicated by the Government during performance, registration in an alternate system may
be required in lieu of SAM.
(c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet
directly to obtain one.
(1) A contractor may obtain a DUNS number-
(i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet
access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or
(ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The
contractor should indicate that it is a contractor for a U.S. Government contract when contacting
the local Dun and Bradstreet office.
(2) The Contractor should be prepared to provide the following information:
(i) Company legal business name.
(ii) Trade style, doing business, or other name by which your entity is commonly recognized.
(iii) Company physical street address, city, state and Zip Code.
(iv) Company mailing address, city, state and Zip Code (if separate from physical).
(v) Company telephone number.
(vi) Date the company was started.
(vii) Number of employees at your location.
(viii) Chief executive officer/key manager.
(ix) Line of business (industry).
(x) Company Headquarters name and address (reporting relationship within your entity).
49
(d) Reserved.
(e) Processing time for registration in SAM, which normally takes five business days, should be
taken into consideration when registering. Contractors who are not already registered should
consider applying for registration at least two weeks prior to invoicing.
(f) The Contractor is responsible for the accuracy and completeness of the data within the SAM
database, and for any liability resulting from the Government's reliance on inaccurate or
incomplete data. To remain registered in the SAM database after the initial registration, the
Contractor is required to review and update on an annual basis from the date of initial
registration or subsequent updates its information in the SAM database to ensure it is current,
accurate and complete. Updating information in the SAM does not alter the terms and conditions
of this contract and is not a substitute for a properly executed contractual document.
(g) (1)(i) If a Contractor has legally changed its business name, "doing business as" name, or
division name (whichever is shown on the contract), or has transferred the assets used in
performing the contract, but has not completed the necessary requirements regarding novation
and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible
Contracting Officer sufficient documentation to support the legally changed name with a
minimum of one business day's written notification of its intention to-
(A) Change the name in the SAM database;
(B) Comply with the requirements of subpart 42.12 of the FAR; and
(C) Agree in writing to the timeline and procedures specified by the responsible Contracting
Officer.
(ii) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause,
or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of
a properly executed novation or change-of-name agreement, the SAM information that shows
the Contractor to be other than the Contractor indicated in the contract will be considered to be
incorrect information within the meaning of the "Suspension of Payment" paragraph of the
electronic funds transfer (EFT) clause of this contract.
(2) The Contractor shall not change the name or address for EFT payments or manual payments,
as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims
(see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the
SAM database. Information provided to the Contractor's SAM record that indicates payments,
including those made by EFT, to an ultimate recipient other than that Contractor will be
considered to be incorrect information within the meaning of the "Suspension of payment"
paragraph of the EFT clause of this contract.
(h) Contractors may obtain information on registration and annual confirmation requirements via
the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-
7828 for international calls.
(End of Clause)
50
DEPARTMENT OF STATE ACQUISITION REGULATION (48 CFR Chapter 6) CLAUSES
NUMBER TITLE DATE
652.225-71 Section 8(a) of the Export Administration Act of 1979,
As Amended (if order exceeds $150,000)
AUG 1999
652.228-71 Workers Compensation Insurance (Defense Base Act) –
Services (for services to be performed overseas when the
contract includes covered contractor employees as
defined in paragraph (a) of the clause) Paragraphs b, c,
d, e and f are RESERVED.
JUNE 2006
652.229-70 Excise Tax Exemption Statement for Contractors Within
the United States (for supplies to be delivered to an
overseas post)
JUL 1988
652.229-71 Personal Property Disposition at Posts Abroad AUG 1999
652.237-72 Observance of Legal Holidays and Administrative Leave
(for services where performance will be on-site in a
Department of State facility)
APR 2004
652.239-71 Security Requirements for Unclassified Information
Technology Resources (for orders that include
information technology resources or services in which
the contractor will have physical or electronic access to
Department information that directly supports the
mission of the Department)
SEP 2007
652.242-70 Contracting Officer’s Representative (if a COR will be
named for the order) Fill-in for paragraph b: ―The COR
is N/A‖
AUG 1999
652.242-71 Notice of Shipments (for overseas shipment of supplies) JUL 1988
652.242-73 Authorization and Performance AUG 1999
652.243-70 Notices AUG 1999
CONTRACTOR IDENTIFICATION (JULY 2008)
Contract performance may require contractor personnel to attend meetings with government
personnel and the public, work within government offices, and/or utilize government email.
Contractor personnel must take the following actions to identify themselves as non-federal
employees:
1) Use an email signature block that shows name, the office being supported and company
affiliation (e.g. ―John Smith, Office of Human Resources, ACME Corporation Support
Contractor‖);
2) Clearly identify themselves and their contractor affiliation in meetings;
51
3) Identify their contractor affiliation in Departmental e-mail and phone listings whenever
contractor personnel are included in those listings; and
4) Contractor personnel may not utilize Department of State logos or indicia on business
cards.
(End of clause)
652.228-71 WORKER’S COMPENSATION INSURANCE (DEFENSE BASE ACT) –
SERVICES (JUN 2006).
As prescribed in 628.309-70(b), insert the following clause:
(a) This clause supplements FAR 52.228-3. For the purposes of this clause, ―covered
contractor employees‖ includes the following individuals:
(1) United States citizens or residents;
(2) Individuals hired in the United States or its possessions, regardless of citizenship; and
(3) Local nationals and third country nationals where contract performance takes place in
a country where there are no local workers’ compensation laws.
Paragraphs b, c, d, e and f are RESERVED.
(g) (1) Section 16 of the State Basic Authorities Act (22 U.S.C. 2680a), as amended,
provides that the Defense Base Act shall not apply with respect to such contracts as the Secretary
of State determines are contracts with persons employed to perform work for the Department of
State on an intermittent basis for not more than 90 days in a calendar year. ―Persons‖ includes
individuals hired by companies under contract with the Department. The Procurement Executive
has the authority to issue the waivers for Contractor employees who work on an intermittent or
short-term basis.
(2) The Contractor shall submit waiver requests to the contracting officer. The request
shall contain the following information:
(i) Contract number;
(ii) Name of Contractor;
(iii) Brief description of the services to be provided under the contract and
country of performance;
(iv) Name and position title of individual(s);
(v) Nationality of individual(s) (must be U.S. citizen or U.S. resident);
52
(vi) Dates (or timeframe) of performance at the overseas location; and,
(vii) Evidence of alternative workers’ compensation coverage for these
employees (e.g., evidence that the State workers’ compensation program covers
workers on short-term foreign assignments).
(3) The contracting officer shall provide to the Contractor the original of the approved or
disapproved document and maintain a copy in the contract file.
(End of clause)
53
EVALUATION FACTORS
The Government intends to award a Blanket Purchase Agreement (BPA) resulting from this
solicitation to the quoter(s) that offers the lowest priced, technically acceptable quotation and
who is/are also a responsible Contractor. The Government may elect to award a single BPA or
multiple BPAs, dependent upon quality of quotations received and need. The evaluation process
shall include the following:
a) Compliance Review. The Government will perform an initial review of quotations received
to determine compliance with the terms of the solicitation. The Government may reject as
unacceptable quotations that do not conform to the solicitation.
b) Technical Acceptability. Technical acceptability will include a review of past performance
and experience as defined in Section 3, along with any technical information provided by the
quoter with its quotation.
c) Price Evaluation. The lowest price will be determined by adding all the offered prices to
reach a total price. Since no estimated quantities are provided, unit prices will simply be
added together to reach a total price, for evaluation purposes. This addition will be done for
each period of performance, arriving at a grand total. The Government reserves the right to
reject quotations that are unreasonably low or high in price.
d) Responsibility Determination. Responsibility will be determined by analyzing whether the
apparent successful offeror complies with the requirements of FAR 9.1, including:
adequate financial resources or the ability to obtain them;
ability to comply with the required performance period, taking into consideration
all existing commercial and governmental business commitments;
satisfactory record of integrity and business ethics;
necessary organization, experience, and skills or the ability to obtain them;
necessary equipment and facilities or the ability to obtain them; and
be otherwise qualified and eligible to receive an award under applicable laws and
regulations.
54
ADDENDUM TO EVALUATION FACTORS
FAR AND DOSAR PROVISION(S) NOT PRESCRIBED IN PART 12
The following FAR provisions are provided in full text:
52.216-27 SINGLE OR MULTIPLE AWARDS (OCT 1995)
The Government may elect to award a single task order contract or to award multiple delivery
order contracts or task order contracts for the same or similar supplies or services to two or more
sources under this solicitation.
52.217-5 EVALUATION OF OPTIONS (JUL 1990)
The Government will evaluate offers for award purposes by adding the total price for all
options to the total price for the basic requirement. Evaluation of options will not obligate the
Government to exercise the option(s).
FAR 52.225-17 EVALUATION OF FOREIGN CURRENCY OFFERS (FEB 2000):
If the Government receives offers in more than one currency, the Government will
evaluate offers by converting the foreign currency to United States currency using the exchange
rate used by the Embassy in effect as follows:
(a) For acquisitions conducted using sealed bidding procedures, on the date of bid
opening.
(b) For acquisitions conducted using negotiation procedures—
(1) On the date specified for receipt of offers, if award is based on initial offers;
otherwise
(2) On the date specified for receipt of proposal revisions.
55
OFFEROR
REPRESENTATIONS AND CERTIFICATIONS
52.212-3 Offeror Representations and Certifications—Commercial Items (DEC 2012).
An offeror shall complete only paragraph (b) of this provision if the offeror has completed the
annual representations and certifications electronically via https://www.acquisition.gov. If an offeror
has not completed the annual representations and certifications electronically at the ORCA
website, the offeror shall complete only paragraphs (c) through (o) of this provision.
(a) Definitions. As used in this provision—
―Economically disadvantaged women-owned small business (EDWOSB) concern‖ means a
small business concern that is at least 51 percent directly and unconditionally owned by, and the
management and daily business operations of which are controlled by, one or more women who
are citizens of the United States and who are economically disadvantaged in accordance with 13
CFR part 127. It automatically qualifies as a women-owned small business eligible under the
WOSB Program.
―Forced or indentured child labor‖ means all work or service—
(1) Exacted from any person under the age of 18 under the menace of any penalty for its
nonperformance and for which the worker does not offer himself voluntarily; or
(2) Performed by any person under the age of 18 pursuant to a contract the enforcement of
which can be accomplished by process or penalties.
―Inverted domestic corporation‖, as used in this section, means a foreign incorporated entity
which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that
used to be incorporated in the United States, or used to be a partnership in the United States, but
now is incorporated in a foreign country, or is a subsidiary whose parent corporation is
incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in
accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as
herein defined does not meet the definition of an inverted domestic corporation as defined by the
Internal Revenue Code at 26 U.S.C. 7874.
―Manufactured end product‖ means any end product in Federal Supply Classes (FSC) 1000-
9999, except—
(1) FSC 5510, Lumber and Related Basic Wood Materials;
(2) Federal Supply Group (FSG) 87, Agricultural Supplies;
(3) FSG 88, Live Animals;
(4) FSG 89, Food and Related Consumables;
(5) FSC 9410, Crude Grades of Plant Materials;
(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;
(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;
(8) FSC 9610, Ores;
(9) FSC 9620, Minerals, Natural and Synthetic; and
56
(10) FSC 9630, Additive Metal Materials.
―Place of manufacture‖ means the place where an end product is assembled out of
components, or otherwise made or processed from raw materials into the finished product that is
to be provided to the Government. If a product is disassembled and reassembled, the place of
reassembly is not the place of manufacture.
―Restricted business operations‖ means business operations in Sudan that include power
production activities, mineral extraction activities, oil-related activities, or the production of
military equipment, as those terms are defined in the Sudan Accountability and Divestment Act
of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that
the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act
of 2007) conducting the business can demonstrate—
(1) Are conducted under contract directly and exclusively with the regional government of
southern Sudan;
(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets
Control in the Department of the Treasury, or are expressly exempted under Federal law from the
requirement to be conducted under such authorization;
(3) Consist of providing goods or services to marginalized populations of Sudan;
(4) Consist of providing goods or services to an internationally recognized peacekeeping
force or humanitarian organization;
(5) Consist of providing goods or services that are used only to promote health or education;
or
(6) Have been voluntarily suspended.
―Sensitive technology‖—
(1) Means hardware, software, telecommunications equipment, or any other technology that
is to be used specifically—
(i) To restrict the free flow of unbiased information in Iran; or
(ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and
(2) Does not include information or informational materials the export of which the
President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the
International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)).
―Service-disabled veteran-owned small business concern‖—
(1) Means a small business concern—
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans
or, in the case of any publicly owned business, not less than 51 percent of the stock of which is
owned by one or more service-disabled veterans; and
(ii) The management and daily business operations of which are controlled by one or
more service-disabled veterans or, in the case of a service-disabled veteran with permanent and
severe disability, the spouse or permanent caregiver of such veteran.
57
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability
that is service-connected, as defined in 38 U.S.C. 101(16).
―Small business concern‖ means a concern, including its affiliates, that is independently
owned and operated, not dominant in the field of operation in which it is bidding on Government
contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size
standards in this solicitation.
―Subsidiary‖ means an entity in which more than 50 percent of the entity is owned—
(1) Directly by a parent corporation; or
(2) Through another subsidiary of a parent corporation.
―Veteran-owned small business concern‖ means a small business concern—
(1) Not less than 51 percent of which is owned by one or more veterans (as defined at
38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the
stock of which is owned by one or more veterans; and
(2) The management and daily business operations of which are controlled by one or more
veterans.
―Women-owned business concern‖ means a concern which is at least 51 percent owned by one
or more women; or in the case of any publicly owned business, at least 51 percent of its stock is
owned by one or more women; and whose management and daily business operations are
controlled by one or more women.
―Women-owned small business concern‖ means a small business concern—
(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly
owned business, at least 51 percent of the stock of which is owned by one or more women; and
(2) Whose management and daily business operations are controlled by one or more
women.
―Women-owned small business (WOSB) concern eligible under the WOSB Program‖ (in
accordance with 13 CFR part 127), means a small business concern that is at least 51 percent
directly and unconditionally owned by, and the management and daily business operations of
which are controlled by, one or more women who are citizens of the United States.
(b)
(1) Annual Representations and Certifications. Any changes provided by the offeror in
paragraph (b)(2) of this provision do not automatically change the representations and
certifications posted on the Online Representations and Certifications Application (ORCA)
website.
(2) The offeror has completed the annual representations and certifications electronically
via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA
database information, the offeror verifies by submission of this offer that the representations and
certifications currently posted electronically at FAR 52.212-3, Offeror Representations and
Certifications—Commercial Items, have been entered or updated in the last 12 months, are
current, accurate, complete, and applicable to this solicitation (including the business size
58
standard applicable to the NAICS code referenced for this solicitation), as of the date of this
offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs
______________.
[Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the
offeror has completed for the purposes of this solicitation only, if any.
These amended representation(s) and/or certification(s) are also incorporated in this offer
and are current, accurate, and complete as of the date of this offer.
Any changes provided by the offeror are applicable to this solicitation only, and do not result
in an update to the representations and certifications posted electronically on ORCA.]
(c) Offerors must complete the following representations when the resulting contract will be
performed in the United States or its outlying areas. Check all that apply.
(1) Small business concern. The offeror represents as part of its offer that it o is, o is not a
small business concern.
(2) Veteran-owned small business concern. [Complete only if the offeror represented itself
as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part
of its offer that it o is, o is not a veteran-owned small business concern.
(3) Service-disabled veteran-owned small business concern. [Complete only if the offeror
represented itself as a veteran-owned small business concern in paragraph (c)(2) of this
provision.] The offeror represents as part of its offer that it o is, o is not a service-disabled
veteran-owned small business concern.
(4) Small disadvantaged business concern. [Complete only if the offeror represented itself
as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for
general statistical purposes, that it o is, o is not a small disadvantaged business concern as
defined in 13 CFR 124.1002.
(5) Women-owned small business concern. [Complete only if the offeror represented itself
as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it
o is, o is not a women-owned small business concern.
(6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror
represented itself as a women-owned small business concern in paragraph (c)(5) of this
provision.] The offeror represents that—
(i) It o is,o is not a WOSB concern eligible under the WOSB Program, has provided all
the required documents to the WOSB Repository, and no change in circumstances or adverse
decisions have been issued that affects its eligibility; and
(ii) It o is, o is not a joint venture that complies with the requirements of 13 CFR part
127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB
concern eligible under the WOSB Program participating in the joint venture. [The offeror shall
enter the name or names of the WOSB concern eligible under the WOSB Program and other
small businesses that are participating in the joint venture: __________.] Each WOSB concern
59
eligible under the WOSB Program participating in the joint venture shall submit a separate
signed copy of the WOSB representation.
(7) Economically disadvantaged women-owned small business (EDWOSB) concern.
[Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB
Program in (c)(6) of this provision.] The offeror represents that—
(i) It o is, o is not an EDWOSB concern, has provided all the required documents to the
WOSB Repository, and no change in circumstances or adverse decisions have been issued that
affects its eligibility; and
(ii) It o is, o is not a joint venture that complies with the requirements of 13 CFR part
127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB
concern participating in the joint venture. [The offeror shall enter the name or names of the
EDWOSB concern and other small businesses that are participating in the joint venture:
__________.] Each EDWOSB concern participating in the joint venture shall submit a separate
signed copy of the EDWOSB representation.
Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the
simplified acquisition threshold.
(8) Women-owned business concern (other than small business concern). [Complete only if
the offeror is a women-owned business concern and did not represent itself as a small business
concern in paragraph (c)(1) of this provision.] The offeror represents that it o is a women-owned
business concern.
(9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small
business offerors may identify the labor surplus areas in which costs to be incurred on account of
manufacturing or production (by offeror or first-tier subcontractors) amount to more than
50 percent of the contract price:____________________________________
(10) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price
Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small
Disadvantaged Business Participation Program—Disadvantaged Status and Reporting, and the
offeror desires a benefit based on its disadvantaged status.]
(i) General. The offeror represents that either—
(A) It o is, o is not certified by the Small Business Administration as a small
disadvantaged business concern and identified, on the date of this representation, as a certified
small disadvantaged business concern in the CCR Dynamic Small Business Search database
maintained by the Small Business Administration, and that no material change in disadvantaged
ownership and control has occurred since its certification, and, where the concern is owned by
one or more individuals claiming disadvantaged status, the net worth of each individual upon
whom the certification is based does not exceed $750,000 after taking into account the applicable
exclusions set forth at 13 CFR 124.104(c)(2); or
(B) It o has, o has not submitted a completed application to the Small Business
Administration or a Private Certifier to be certified as a small disadvantaged business concern in
60
accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that
no material change in disadvantaged ownership and control has occurred since its application
was submitted.
(ii) o Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged
Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that
complies with the requirements in 13 CFR 124.1002(f) and that the representation in
paragraph (c)(10)(i) of this provision is accurate for the small disadvantaged business concern
that is participating in the joint venture. [The offeror shall enter the name of the small
disadvantaged business concern that is participating in the joint venture: ________________.]
(11) HUBZone small business concern. [Complete only if the offeror represented itself as a
small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of
its offer, that—
(i) It o is, o is not a HUBZone small business concern listed, on the date of this
representation, on the List of Qualified HUBZone Small Business Concerns maintained by the
Small Business Administration, and no material changes in ownership and control, principal
office, or HUBZone employee percentage have occurred since it was certified in accordance with
13 CFR Part 126; and
(ii) It o is, o is not a HUBZone joint venture that complies with the requirements of 13
CFR Part 126, and the representation in paragraph (c)(11)(i) of this provision is accurate for each
HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall
enter the names of each of the HUBZone small business concerns participating in the HUBZone
joint venture: __________.] Each HUBZone small business concern participating in the
HUBZone joint venture shall submit a separate signed copy of the HUBZone representation.
(d) Representations required to implement provisions of Executive Order 11246—
(1) Previous contracts and compliance. The offeror represents that—
(i) It o has, o has not participated in a previous contract or subcontract subject to the
Equal Opportunity clause of this solicitation; and
(ii) It o has, o has not filed all required compliance reports.
(2) Affirmative Action Compliance. The offeror represents that—
(i) It o has developed and has on file, o has not developed and does not have on file, at
each establishment, affirmative action programs required by rules and regulations of the
Secretary of Labor (41 cfr parts 60-1 and 60-2), or
(ii) It o has not previously had contracts subject to the written affirmative action
programs requirement of the rules and regulations of the Secretary of Labor.
(e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352).
(Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the
offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have
been paid or will be paid to any person for influencing or attempting to influence an officer or
employee of any agency, a Member of Congress, an officer or employee of Congress or an
61
employee of a Member of Congress on his or her behalf in connection with the award of any
resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a
lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete
and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to
provide the name of the registrants. The offeror need not report regularly employed officers or
employees of the offeror to whom payments of reasonable compensation were made.
(f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation
(FAR) 52.225-1, Buy American Act—Supplies, is included in this solicitation.)
(1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this
provision, is a domestic end product and that for other than COTS items, the offeror has
considered components of unknown origin to have been mined, produced, or manufactured
outside the United States. The offeror shall list as foreign end products those end products
manufactured in the United States that do not qualify as domestic end products, i.e., an end
product that is not a COTS item and does not meet the component test in paragraph (2) of the
definition of ―domestic end product.‖ The terms ―commercially available off-the-shelf (COTS)
item‖ ―component,‖ ―domestic end product,‖ ―end product,‖ ―foreign end product,‖ and ―United
States‖ are defined in the clause of this solicitation entitled ―Buy American Act—Supplies.‖
(2) Foreign End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(3) The Government will evaluate offers in accordance with the policies and procedures of
FAR Part 25.
(g)(1) Buy American Act—Free Trade Agreements—Israeli Trade Act Certificate. (Applies
only if the clause at FAR 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade
Act, is included in this solicitation.)
(i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii)
or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the
offeror has considered components of unknown origin to have been mined, produced, or
manufactured outside the United States. The terms ―Bahrainian, Moroccan, Omani, or Peruvian
end product,‖ ―commercially available off-the-shelf (COTS) item,‖ ―component,‖ ―domestic end
product,‖ ―end product,‖ ―foreign end product,‖ ―Free Trade Agreement country,‖ ―Free Trade
Agreement country end product,‖ ―Israeli end product,‖ and ―United States‖ are defined in the
clause of this solicitation entitled ―Buy American Act—Free Trade Agreements–Israeli Trade
Act.‖
62
(ii) The offeror certifies that the following supplies are Free Trade Agreement country
end products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or Israeli end
products as defined in the clause of this solicitation entitled ―Buy American Act—Free Trade
Agreements—Israeli Trade Act‖:
Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, or
Peruvian End Products) or Israeli End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(iii) The offeror shall list those supplies that are foreign end products (other than those
listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled
―Buy American Act—Free Trade Agreements—Israeli Trade Act.‖ The offeror shall list as other
foreign end products those end products manufactured in the United States that do not qualify as
domestic end products, i.e., an end product that is not a COTS item and does not meet the
component test in paragraph (2) of the definition of ―domestic end product.‖
Other Foreign End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(iv) The Government will evaluate offers in accordance with the policies and procedures
of FAR Part 25.
(2) Buy American Act—Free Trade Agreements—Israeli Trade Act Certificate, Alternate I.
If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following
paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as
defined in the clause of this solicitation entitled ―Buy American Act—Free Trade
Agreements—Israeli Trade Act‖:
Canadian End Products:
Line Item No.
_______________________________________
63
_______________________________________
_______________________________________
[List as necessary]
(3) Buy American Act—Free Trade Agreements—Israeli Trade Act Certificate, Alternate II.
If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the
following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or
Israeli end products as defined in the clause of this solicitation entitled ―Buy American
Act—Free Trade Agreements—Israeli Trade Act‖:
Canadian or Israeli End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(4) Buy American Act—Free Trade Agreements—Israeli Trade Act Certificate, Alternate
III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following
paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:
(g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement
country end products (other than Bahrainian, Korean, Moroccan, Omani, or Peruvian end
products) or Israeli end products as defined in the clause of this solicitation entitled ―Buy
American Act-Free Trade Agreements-Israeli Trade Act‖:
Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan,
Omani, or Peruvian End Products) or Israeli End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade
Agreements, is included in this solicitation.)
64
(i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii)
of this provision, is a U.S.-made or designated country end product, as defined in the clause of
this solicitation entitled ―Trade Agreements.‖
(ii) The offeror shall list as other end products those end products that are not U.S.-made
or designated country end products.
Other End Products:
Line Item No. Country of Origin
______________ _________________
______________ _________________
______________ _________________
[List as necessary]
(iii) The Government will evaluate offers in accordance with the policies and procedures
of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of
U.S.-made or designated country end products without regard to the restrictions of the Buy
American Act. The Government will consider for award only offers of U.S.-made or designated
country end products unless the Contracting Officer determines that there are no offers for such
products or that the offers for such products are insufficient to fulfill the requirements of the
solicitation.
(h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if
the contract value is expected to exceed the simplified acquisition threshold.) The offeror
certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals—
(1) o Are, o are not presently debarred, suspended, proposed for debarment, or declared
ineligible for the award of contracts by any Federal agency;
(2) o Have, o have not, within a three-year period preceding this offer, been convicted of or
had a civil judgment rendered against them for: commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a Federal, state or local
government contract or subcontract; violation of Federal or state antitrust statutes relating to the
submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, tax evasion, violating Federal criminal tax laws,
or receiving stolen property;
(3) o Are, o are not presently indicted for, or otherwise criminally or civilly charged by a
Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of
this clause; and
(4) o Have, o have not, within a three-year period preceding this offer, been notified of any
delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains
unsatisfied.
(i) Taxes are considered delinquent if both of the following criteria apply:
65
(A) The tax liability is finally determined. The liability is finally determined if it has
been assessed. A liability is not finally determined if there is a pending administrative or judicial
challenge. In the case of a judicial challenge to the liability, the liability is not finally determined
until all judicial appeal rights have been exhausted.
(B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the
taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is
not delinquent in cases where enforced collection action is precluded.
(ii) Examples.
(A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212,
which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a
delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review,
this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.
(B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax
liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to
request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal
to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the
taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior
opportunity to contest the liability. This is not a delinquent tax because it is not a final tax
liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the
taxpayer has exercised all judicial appeal rights.
(C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159.
The taxpayer is making timely payments and is in full compliance with the agreement terms. The
taxpayer is not delinquent because the taxpayer is not currently required to make full payment.
(D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent
because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code).
(i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive
Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being
acquired under this solicitation that are included in the List of Products Requiring Contractor
Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).]
(1) Listed end products.
Listed End Product Listed Countries of Origin
___________________ ___________________
___________________ ___________________
(2) Certification. [If the Contracting Officer has identified end products and countries of
origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or
(i)(2)(ii) by checking the appropriate block.]
66
[ ] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this
provision that was mined, produced, or manufactured in the corresponding country as listed for
that product.
[ ] (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision
that was mined, produced, or manufactured in the corresponding country as listed for that
product. The offeror certifies that it has made a good faith effort to determine whether forced or
indentured child labor was used to mine, produce, or manufacture any such end product
furnished under this contract. On the basis of those efforts, the offeror certifies that it is not
aware of any such use of child labor.
(j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the
acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate
whether the place of manufacture of the end products it expects to provide in response to this
solicitation is predominantly—
(1) o In the United States (Check this box if the total anticipated price of offered end
products manufactured in the United States exceeds the total anticipated price of offered end
products manufactured outside the United States); or
(2) o Outside the United States.
(k) Certificates regarding exemptions from the application of the Service Contract Act.
(Certification by the offeror as to its compliance with respect to the contract also constitutes its
certification as to compliance by its subcontractor if it subcontracts out the exempt services.)
[The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.]
[ ] (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-
4(c)(1). The offeror o does o does not certify that—
(i) The items of equipment to be serviced under this contract are used regularly for other
than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of
an exempt subcontract) in substantial quantities to the general public in the course of normal
business operations;
(ii) The services will be furnished at prices which are, or are based on, established catalog
or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such
equipment; and
(iii) The compensation (wage and fringe benefits) plan for all service employees
performing work under the contract will be the same as that used for these employees and
equivalent employees servicing the same equipment of commercial customers.
[ ] (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror o does o does not
certify that—
(i) The services under the contract are offered and sold regularly to non-Governmental
customers, and are provided by the offeror (or subcontractor in the case of an exempt
subcontract) to the general public in substantial quantities in the course of normal business
operations;
67
(ii) The contract services will be furnished at prices that are, or are based on, established
catalog or market prices (see FAR 22.1003-4(d)(2)(iii));
(iii) Each service employee who will perform the services under the contract will spend
only a small portion of his or her time (a monthly average of less than 20 percent of the available
hours on an annualized basis, or less than 20 percent of available hours during the contract
period if the contract period is less than a month) servicing the Government contract; and
(iv) The compensation (wage and fringe benefits) plan for all service employees
performing work under the contract is the same as that used for these employees and equivalent
employees servicing commercial customers.
(3) If paragraph (k)(1) or (k)(2) of this clause applies—
(i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the
Contracting Officer did not attach a Service Contract Act wage determination to the solicitation,
the offeror shall notify the Contracting Officer as soon as possible; and
(ii) The Contracting Officer may not make an award to the offeror if the offeror fails to
execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting
Officer as required in paragraph (k)(3)(i) of this clause.
(l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the
offeror is required to provide this information to a central contractor registration database to be
eligible for award.)
(1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of
this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d),
reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by
the Internal Revenue Service (IRS).
(2) The TIN may be used by the Government to collect and report on any delinquent
amounts arising out of the offeror’s relationship with the Government (31 U.S.C. 7701(c)(3)). If the
resulting contract is subject to the payment reporting requirements described in FAR 4.904, the
TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror’s
TIN.
(3) Taxpayer Identification Number (TIN).
o TIN: ________________________________.
o TIN has been applied for.
o TIN is not required because:
o Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not
have income effectively connected with the conduct of a trade or business in the United States
and does not have an office or place of business or a fiscal paying agent in the United States;
o Offeror is an agency or instrumentality of a foreign government;
o Offeror is an agency or instrumentality of the Federal Government.
(4) Type of organization.
o Sole proprietorship;
68
o Partnership;
o Corporate entity (not tax-exempt);
o Corporate entity (tax-exempt);
o Government entity (Federal, State, or local);
o Foreign government;
o International organization per 26 CFR 1.6049-4;
o Other ________________________________.
(5) Common parent.
o Offeror is not owned or controlled by a common parent;
o Name and TIN of common parent:
Name ________________________________.
TIN _________________________________.
(m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies
that the offeror does not conduct any restricted business operations in Sudan.
(n) Prohibition on Contracting with Inverted Domestic Corporations.
(1) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined
does not meet the definition of an inverted domestic corporation as defined by the Internal
Revenue Code 25 U.S.C. 7874.
(2) Representation. By submission of its offer, the offeror represents that—
(i) It is not an inverted domestic corporation; and
(ii) It is not a subsidiary of an inverted domestic corporation.
(o) Sanctioned activities relating to Iran.
(1) The offeror shall e-mail questions concerning sensitive technology to the Department of
State at [email protected].
(2) Representation and Certification. Unless a waiver is granted or an exception applies as
provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror—
(i) Represents, to the best of its knowledge and belief, that the offeror does not export any
sensitive technology to the government of Iran or any entities or individuals owned or controlled
by, or acting on behalf or at the direction of, the government of Iran; and
(ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not
engage in any activities for which sanctions may be imposed under section 5 of the Iran
Sanctions Act.
(3) The representation and certification requirements of paragraph (o)(2) of this provision
do not apply if—
(i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a
comparable agency provision); and
(ii) The offeror has certified that all the offered products to be supplied are designated
country end products.